Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Clerk of Works Framework |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Network Homes are seeking to establish a Clerk of Works Framework. |
Published: | 21/01/2022 12:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Network Homes
The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
Tel. +44 20878204312, Email: tenders@networkhomes.org.uk
Contact: Linda Lally
Main Address: https://www.networkhomes.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Clerk of Works Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes are seeking to establish a Clerk of Works Framework.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71520000 - Construction supervision services.
71000000 - Architectural, construction, engineering and inspection services.
71500000 - Construction-related services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
UKH23 Hertfordshire
II.2.4) Description of procurement: Network Homes are establishing a Clerk of Works Framework.
.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 10
/ Maximum number: 11
Objective criteria for choosing the limited number of candidates: See Procurement Documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A45U9ME6CE
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in SQ Documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/02/2022
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 5
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning
homes. A member of the G15 group of London’s largest housing associations, we own and manage over 20
000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride
in the quality of the homes we deliver. We develop homes for a variety of affordable tenures including social,
affordable and intermediate rents, shared ownership and rent to buy products. We also develop homes for
market sale and for market rent. We also manage and develop a ranges of tenures for older people.
We have a strong track record of development and regeneration, with an ambitious growth strategy of 5 000
new homes over the next 5 years and secure development pipeline of approximately 2 500 homes. We have
strong relationships with Homes England, the GLA, and local authorities across our operational area.
Network Homes’ Growth Strategy sets out our ambition to deliver 1 000 units a year within London and
Hertfordshire which will be delivered through three procurement routes: land, S106 opportunities and package
deals and this framework will help us deliver this.
We have and maintain an impressive pipeline of development opportunities, with schemes of varying scales,
ranging from garage site redevelopments, neighbourhood-transforming regeneration schemes, land-led
residential developments of 100 units+, up to significant mixed use opportunities. Where the opportunity is
right, we look at the potential for joint ventures.
We usually have between fifteen and twenty development sites between the stages of offer accepted and
exchange and expect this rate to remain constant over the framework period.
We currently have 18 projects on site, with more due to commence in the coming months. The majority of these
projects are land led, with the remainder being made up of S106 development agreements and package deals.
Under the framework agreement network homes will have the option to call-off contracts as and when services
are required.
The services required are set out in the schedule of services in the tender documents pack.
We will appoint 6 or 7 consultancies. Criteria are set out in the documents.
Other social housing providers in the UK (both those that are in existence now and those that may come into
existence during the term of the framework agreement) may also be entitled to call-off contracts under the
framework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing and
includes registered providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/
current-registered-providers-of-social-housing), and may include local authorities and ALMO's. Applicants
should note that, under the framework agreement, no organisation that is entitled to call-off shall be under any
obligation to do so neither does any social housing provider have the automatic right to do so without direct
permission from Network Homes Ltd.
Where other ‘Social Housing Providers’ have instructed call-off contracts under this framework agreement, the
value of the Framework stipulated in II.2.6) may increase over its 4 year duration.
The contracting authority considers that this contract may be suitable for economic operators that are small or
medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for
the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-consultancy-services./A45U9ME6CE
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A45U9ME6CE
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Network Homes
The HIve, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
Tel. +44 20878204312
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will observe a minimum 10 calendar day standstill period from the day of
communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015
provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach
unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as
stated in VI.4.1.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/01/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Network Homes
The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
Tel. +44 20878204312, Email: tenders@networkhomes.org.uk
Contact: Linda Lally
Main Address: https://www.networkhomes.org.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Clerk of Works Framework
Reference number: Not Provided
II.1.2) Main CPV code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes are seeking to establish a Clerk of Works Framework.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71520000 - Construction supervision services.
71000000 - Architectural, construction, engineering and inspection services.
71500000 - Construction-related services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
UKH23 - Hertfordshire
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
Hertfordshire
II.2.4) Description of the procurement: Network Homes are establishing a Clerk of Works Framework.
.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A45U9ME6CE
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/06/2022
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Pellings LLP, 0C326178
Spring Lodge 172 Chester Road, Frodsham, WA6 0AR, United Kingdom
NUTS Code: UKD6
The contractor is an SME: Yes
Contractor (No.2)
Madlins, OC399639
Nova Scotia House, 70 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes
Contractor (No.3)
BPM Project Management Ltd, 04389445
110 Lancaster Road, New Barnet, Herts, EN4 8AL, London, EN4 8AL, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.4)
John Rowan & Partners LLP, OC302030
Craven House, 40 Uxbridge Road,, Ealing, W5 2BS, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Calford Seaden, OC315838
St Johns House, 1A Knoll Rise,, Orpington, Kent, BR6 0JX, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
Contractor (No.6)
Rund Partnership Ltd, 03484620
16 East Links, Tollgate, Chandlers Ford, Eastleigh, SO53 3TG, United Kingdom
NUTS Code: UKJ36
The contractor is an SME: Yes
Contractor (No.7)
Silver DCC Ltd, 08952016
80 Cannon Street, London, EC4n 6HL, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=703246312
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Network Homes
The HIve, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
Tel. +44 20878204312
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will observe a minimum 10 calendar day standstill period from the day of
communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015
provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach
unless an extension is agreed by the Courts.
Full information regarding appeals can be obtained from the body responsible for the appeal procedure as
stated in VI.4.1.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 11/07/2022