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

Residential Property Development and Asset Management Consultancy DPS

  • First published: 15 October 2019
  • Last modified: 15 October 2019

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:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
15 October 2019
Deadline date:
10 October 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Including but not limited to:

— testing,

— remediation,

— servicing.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Housing Consortium Ltd

Loftus House, Sunderland Enterprise Park

Sunderland

SR5 3XB

UK

Contact person: Drew Frame

Telephone: +44 1915661000

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.consortiumprocurement.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

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-Sunderland:-Building-services-consultancy-services./X2JGW27685


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/tenders/UK-title/X2JGW27685


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


I.4) Type of the contracting authority

Other: Central Purchasing Body

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Residential Property Development and Asset Management Consultancy DPS

II.1.2) Main CPV code

71315210

 

II.1.3) Type of contract

Services

II.1.4) Short description

Dynamic purchasing system for residential property development and asset management consultancy for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Specific requirements of each member will be issued in the form of a Competition Procedure when calling-off from the DPS.

II.1.5) Estimated total value

Value excluding VAT: 600 000 000.00  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

Radon Gas

II.2.2) Additional CPV code(s)

71315210

71351220

90713000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— testing,

— remediation,

— servicing.

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: 54 545 454.00  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X2JGW27685

Lot No: 2

II.2.1) Title

Energy Testing

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— EPCs — Energy Performance Certificates.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Land Surveys

II.2.2) Additional CPV code(s)

71313000

71351220

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— archaeological,

— topographical,

— chemical,

— percolation.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Stock Condition

II.2.2) Additional CPV code(s)

71315200

71315210

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— utilities,

— noise,

— air tightness,

— thermal imaging,

— lighting,

— insulation,

— disrepair.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Structural Surveying

II.2.2) Additional CPV code(s)

71315200

71315210

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— timber care,

— steel,

— existing stock,

— new builds.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Ecological

II.2.2) Additional CPV code(s)

90713000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— arboriculture surveys and appraisals,

— ecological surveys and appraisals,

— protected species surveys,

— invasive species,

— habitat surveys,

— environmental design.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Compliance Software

II.2.2) Additional CPV code(s)

72200000

72266000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— Bespoke,

— off the shelf.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Asset Management Software

II.2.2) Additional CPV code(s)

72200000

72266000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— Bespoke,

— off the shelf.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Audits

II.2.2) Additional CPV code(s)

79212000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— electrical,

— gas,

— asbestos,

— legionella.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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

Traffic and Transport

II.2.2) Additional CPV code(s)

71311200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— parking surveys,

— market research,

— manual traffic counts,

— radar speed surveys,

— journey time surveys,

— automatic traffic counts,

— public transport surveys,

— video surveys and analysis,

— roadside interview surveys,

— household interview surveys,

— pedestrian counts and interviews.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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: 11

II.2.1) Title

General Asset Consultancy

II.2.2) Additional CPV code(s)

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

Including but not limited to:

— planning,

— strategy writing,

— strategy implementation,

— analytics,

— design — existing and new build,

— staffing e.g. secondments.

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: 54 545 454.55  GBP

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

Start: 10/10/2019

End: 10/10/2029

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: 1

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 setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 10/10/2029

Local time: 00:00

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: 120 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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. The DPS will be available for all current and future Consortium Members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Member organisations may choose to award contracts under one or a combination of categories to meet their requirements.

Please note this is a DPS which will aim to open 10.10.2019 and remain open until 10.10.2029.

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

https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Building-services-consultancy-services./X2JGW27685

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/X2JGW27685

GO Reference: GO-20191010-PRO-15453353

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3)

Sunderland

UK

Telephone: +44 1915661000

VI.4.2) Body responsible for mediation procedures

See VI.4.3)

Sunderland

UK

Telephone: +44 1915661000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

VI.5) Date of dispatch of this notice

10/10/2019

Coding

Commodity categories

ID Title Parent category
79212000 Auditing services Accounting and auditing services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71314300 Energy-efficiency consultancy services Energy and related services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
90713000 Environmental issues consultancy services Environmental management
71351220 Geological consultancy services Geological, geophysical and other scientific prospecting services
72266000 Software consultancy services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
71311200 Transport systems consultancy services Civil engineering consultancy 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:
tenders@consortiumprocurement.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.