Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley
London
HA9 0NU
UK
Contact person: Jennie Rosenthal
Telephone: +44 2087824397
E-mail: Procurement@networkhomes.org.uk
NUTS: UKI
Internet address(es)
Main address: www.networkhomes.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.delta-esourcing.com/tenders/UK-UK-London:-Building-services-consultancy-services./CQS3QCEDTJ
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
M and E Consultants Framework
II.1.2) Main CPV code
71315210
II.1.3) Type of contract
Services
II.1.4) Short description
Network Homes wishes to establish a Framework Agreement for Mechanical and Electrical Consultants capable of providing consultancy services, projects and advice for our Development programme.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
London
II.2.4) Description of the procurement
Network Homes wishes to establish a Framework of Mechanical and Electrical Engineering (M and E) Consultants.
Network Homes owns and manages homes in the London and surrounding areas, working with 33 local authorities to provide a range of housing and support services.
With a significant development programme, it is anticipated that up to 4 000 units could be delivered through the Framework Agreement across all geographical areas of operation.
The total estimated fee values during the life of the framework is 800 000 GBP.
The requirements mainly include the design of a range of M and E services to new build developments and regeneration/refurbishment projects.
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:
800 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
As set out in the SQ documents.
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
As set out in the SQ 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 stated within 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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
As stated within the SQ documents.
III.2.2) Contract performance conditions
As set out in the documents.
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
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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/09/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/10/2018
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
Duration in months: 5 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The services required could include a wide range of M and E design for either new build or refurbishment projects.
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 the Social Housing Provider in question have the automatic right to do so without direct permission from Network Homes Limited.
Where other “Social Housing Providers” 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-London:-Building-services-consultancy-services./CQS3QCEDTJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CQS3QCEDTJ
GO Reference: GO-2018816-PRO-13022525
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Strand
London
WC2A 2LL
UK
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
The Hight Court of England and Wales
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
16/08/2018