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

One Housing Group Consultants Framework 2017.

  • First published: 26 October 2017
  • Last modified: 26 October 2017

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)

Contents

Summary

OCID:
Published by:
One Housing Group
Authority ID:
AA23084
Publication date:
26 October 2017
Deadline date:
24 November 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot covers Architect services for London Boroughs. Service to include both Architect and Landscape Architect services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

One Housing Group

100 Chalk Farm Road

London

NW1 8EH

UK

Contact person: Susan Goss

Telephone: +44 2070619000

E-mail: susan.goss@curriebrown.com

NUTS: UKI

Internet address(es)

Main address: http://www.onehousing.co.uk/

Address of the buyer profile: http://www.mytenders.org/

I.3) Communication

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

http://www.mytenders.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.mytenders.org/


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

One Housing Group Consultants Framework 2017.

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

OHG wishes to establish a Framework Agreement for Consultants. OHG has a significant development programme, and it is anticipated that up to 1 000 residential units per annum: 500 in the Home Counties and 500 in London could be delivered through the Framework Agreements.

II.1.5) Estimated total value

Value excluding VAT: 33 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Architect — London Boroughs

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

This lot covers Architect services for London Boroughs. Service to include both Architect and Landscape Architect services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 2

II.2.1) Title

Architect — Outside London (West, East & South)

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Architect services for Outside London (West, East & South). Service to include both Architect and Landscape Architect services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 3

II.2.1) Title

Architect — Specialist Supported Living (London Boroughs, West, East & South)

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Architect services for Specialist Supported Living (London Boroughs, West, East & South). Service to include both Architect and Landscape Architect services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 4

II.2.1) Title

Employers Agent — London Boroughs

II.2.2) Additional CPV code(s)

72224000

71324000

71317210

71540000

71541000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

This lot covers Employers Agent services for London Boroughs. Service to include Principle Designer, Quantity Surveyor, Clerk of Works and Party Wall services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 5

II.2.1) Title

Employers Agent — Outside London (West, East & South)

II.2.2) Additional CPV code(s)

72224000

71324000

71317210

71540000

71541000

II.2.3) Place of performance

NUTS code:

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Employers Agent services for Outside London (West, East & South). Service to include Principle Designer, Quantity Surveyor, Clerk of Works and Party Wall services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

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 minimum number: 12

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

Lot No: 6

II.2.1) Title

Employers Agent — Specialist Supported Living (London Boroughs, West, East & South)

II.2.2) Additional CPV code(s)

72224000

71324000

71317210

71540000

71541000

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Employers Agent services for Specialist Supported Living (London Boroughs, West, East & South). Service to include Principle Designer, Quantity Surveyor, Clerk of Works and Party Wall services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 7

II.2.1) Title

Structural & Civil Engineer — London Boroughs, West, East & South

II.2.2) Additional CPV code(s)

71312000

71311000

71311300

71311200

71510000

71332000

71351810

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Structural & Civil Engineer for London Boroughs, West, East & South. Services to include Structural Engineering, Infrastructure Engineer, Transport Consultant, Site Topographical Survey, and Geotechnical Site Investigation services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 8

II.2.1) Title

Mechanical & Electrical Engineer — London Boroughs, West, East & South

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Mechanical & Electrical Engineer services for London Boroughs, West, East & South.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 9

II.2.1) Title

Planning Consultant — London Boroughs, West, East & South

II.2.2) Additional CPV code(s)

71410000

79416200

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Planning Consultant services for London Boroughs, West, East & South. Services to include Planning Consultant, Public Consultation, and Communications Consultant services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Lot No: 10

II.2.1) Title

Valuation — London Boroughs, West, East & South

II.2.2) Additional CPV code(s)

70123000

70310000

II.2.3) Place of performance

NUTS code:

UKI

UKJ1

UKF24

UKF25

UKH2

UKH11

UKH12

UKH14

UKH3

UKJ4

UKJ2

UKJ31

UKJ32

UKJ35

UKJ36

UKJ37

II.2.4) Description of the procurement

This lot covers Valuation services for London Boroughs, West, East & South. Services to include Valuation and Red Book services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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 minimum number: 12

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

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: Yes

IV.2) Administrative information

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

Date: 24/11/2017

Local time: 12:00

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

Date: 22/01/2018

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: 6 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

In addition, 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 ), 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 One Housing Group.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=199611

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:199611).

VI.4) Procedures for review

VI.4.1) Review body

Cabinet Office

Rosebery Court St Andrews Business Park

Norwich

NR7 0HS

UK

E-mail: servicedesk@cabinet-office.gsi.gov.uk

VI.5) Date of dispatch of this notice

24/10/2017

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
70310000 Building rental or sale services Real estate agency services on a fee or contract basis
71311000 Civil engineering consultancy services Consultative engineering and construction services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71332000 Geotechnical engineering services Miscellaneous engineering services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
72224000 Project management consultancy services Systems and technical consultancy services
79416200 Public relations consultancy services Public relations services
71324000 Quantity surveying services Engineering design services
70123000 Sale of real estate Buying and selling of real estate
71510000 Site-investigation services Construction-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71351810 Topographical services Geological, geophysical and other scientific prospecting services
71311200 Transport systems consultancy services Civil engineering consultancy services
71410000 Urban planning services Urban planning and landscape architectural 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:
susan.goss@curriebrown.com
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.