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

M and E Consultants Framework

  • First published: 18 August 2018
  • Last modified: 18 August 2018
  • 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:
Published by:
Network Homes Ltd
Authority ID:
AA51591
Publication date:
18 August 2018
Deadline date:
18 September 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71315210 Building services consultancy services Building services

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:
Procurement@networkhomes.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.