Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Planned Investment Framework 2023

  • First published: 01 April 2023
  • Last modified: 01 April 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03b7e7
Published by:
Notting Hill Genesis
Authority ID:
AA71352
Publication date:
01 April 2023
Deadline date:
02 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

UK-London: Construction work.

N19FL

UK

Contact person: Nicole Ward

Telephone: +44 2038150000

E-mail: nicole.ward@nhg.org.uk

NUTS: UK

Internet address(es)

Main address: www.nhg.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-UK-London:-Construction-work.:-Construction-work./58G2246U3E


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

Planned Investment Framework 2023

Reference number: PROC1636

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment works. The Framework will comprise of 3 Lots as follows:

•Lot 1 – Planned Investment - Building Envelope and Communal Spaces

•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements

•Lot 2 – Planned Investment - Retrofit and Decarbonisation

II.1.5) Estimated total value

Value excluding VAT: 1 837 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers are welcome to submit proposals for only 2 of the 3 Lots available. Please note Tenderers can only submit a response for either Lot 1 or Lot 2.

Further information is available in the Information for Tenderers document that accompanies this notice.

II.2) Description

Lot No: 1

II.2.1) Title

•Lot 1 – Planned Investment - Building Envelope and Communal Spaces

II.2.2) Additional CPV code(s)

45000000

45210000

45100000

45111200

44112000

44115000

44115800

45421100

45421110

44112410

44112420

44112430

44112500

44232000

45261100

45261200

45261410

45261900

45343100

45440000

45321000

31625100

31625200

35111500

44221220

44480000

44482000

45312100

45343000

51700000

75251110

45320000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

UK


Main site or place of performance:

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

II.2.4) Description of the procurement

The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.

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: 1 200 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

II.2.10) Information about variants

Variants will be accepted: No

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.

Lot No: 2

II.2.1) Title

•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements

II.2.2) Additional CPV code(s)

45000000

45211310

39141000

39141400

39220000

39221000

45330000

45332200

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

UK


Main site or place of performance:

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

II.2.4) Description of the procurement

Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.

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: 330 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

II.2.10) Information about variants

Variants will be accepted: No

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.

Lot No: 3

II.2.1) Title

•Lot 3 – Planned Investment - Retrofit and Decarbonisation

II.2.2) Additional CPV code(s)

45000000

45210000

45100000

45111200

44112000

45261410

45321000

45320000

45323000

44115000

44115800

45421100

45421110

39563530

42500000

42520000

45331000

45331200

45331210

09330000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

UK


Main site or place of performance:

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

II.2.4) Description of the procurement

Contract placed under this Lot will typically involve the........

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: 307 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

II.2.10) Information about variants

Variants will be accepted: No

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.

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 detailed in the SQ documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Further information is available in Section VI.3 Additional Information.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/05/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/06/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/03/2024

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This framework will be available for use by any entity within the same group of companies as NHG from time to time (the current list can be found at https://www.nhg.org.uk/about-us/who-we-are/current-members-of-the-group/ and any entity or joint venture company that NHG or any other NHG Group Member holds an interest in from time to time. NHG may also (at its sole discretion) permit use of the framework by any other contracting authority that is a provider of social housing operating in the Greater London area . This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Due to the increasing demand for additional housing across London this Framework may present a significant opportunity for the selected framework participants and these organisations.

Our rationale and justification for procuring a Framework for a longer period than four years in this case is as follows. We are of the view that the proposed framework length and option to extend beyond four years in this case is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the PCRs 2015:

1 - NHG is committed to delivering our planned investment programme which includes a programme of works to be completed by 2030 and beyond.

2 - NHG is working towards a target of meeting EPC B and C for all its rented homes by 2030 and net zero carbon by 2050. We believe that it is therefore critical to NHG that we can build and maintain strong relationships with the members of this framework, in order to work together to meet the challenges ahead, and work in a spirit of collaboration and continual improvement through this period of regulatory uncertainty, change and upheaval. We expect this period to exceed the standard four-year term for frameworks under the Public Contracts Regulations 2015.

3 - NHG are setting out a new approach to delivering long term social value through the framework and believe that a long-term partnering approach is the only way to achieve this.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-UK-London:-Construction-work.:-Construction-work./58G2246U3E" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-UK-London:-Construction-work.:-Construction-work./58G2246U3E</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/58G2246U3E" target="_blank">https://www.delta-esourcing.com/respond/58G2246U3E</a>

GO Reference: GO-2023331-PRO-22445639

VI.4) Procedures for review

VI.4.1) Review body

Notting Hill Housing Trust

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

UK

Telephone: +44 2083574577

VI.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

31/03/2023

Coding

Commodity categories

ID Title Parent category
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45210000 Building construction work Works for complete or part construction and civil engineering work
44115000 Building fittings Construction materials
44115800 Building internal fittings Building fittings
45000000 Construction work Construction and Real Estate
42500000 Cooling and ventilation equipment Industrial machinery
44221220 Fire doors Windows, doors and related items
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
45343100 Fireproofing work Fire-prevention installation works
44482000 Fire-protection devices Miscellaneous fire-protection equipment
39141400 Fitted kitchens Kitchen furniture and equipment
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45421110 Installation of door and window frames Joinery work
45421100 Installation of doors and windows and related components Joinery work
51700000 Installation services of fire protection equipment Installation services (except software)
45320000 Insulation work Building installation work
39221000 Kitchen equipment Kitchen equipment, household and domestic items and catering supplies
39220000 Kitchen equipment, household and domestic items and catering supplies Furnishing
39141000 Kitchen furniture and equipment Domestic furniture
44112000 Miscellaneous building structures Construction materials
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
45440000 Painting and glazing work Building completion work
45330000 Plumbing and sanitary works Building installation work
44112410 Roof frames Miscellaneous building structures
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
44112420 Roof supports Miscellaneous building structures
44112430 Roof trusses Miscellaneous building structures
45261200 Roof-covering and roof-painting work Erection and related works of roof frames and coverings
45261100 Roof-framing work Erection and related works of roof frames and coverings
44112500 Roofing materials Miscellaneous building structures
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45100000 Site preparation work Construction work
09330000 Solar energy Electricity, heating, solar and nuclear energy
45323000 Sound insulation work Insulation work
45321000 Thermal insulation work Insulation work
44232000 Timber roof trusses Builders carpentry
45331200 Ventilation and air-conditioning installation work Heating, ventilation and air-conditioning installation work
39563530 Ventilation ducting Textile wadding, yarns, fabrics and articles for technical uses
42520000 Ventilation equipment Cooling and ventilation equipment
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work
45332200 Water plumbing work Plumbing and drain-laying work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nicole.ward@nhg.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.