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