Section one: Contracting authority
one.1) Name and addresses
Network Homes
The Hive, 22 Wembley Park Boulevard
Wembley
HA9 0HP
Contact
Linda Lally
Telephone
+44 20878204312
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.networkhomes.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Clerk of Works Framework
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Network Homes are seeking to establish a Clerk of Works Framework.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71520000 - Construction supervision services
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
- UKH23 - Hertfordshire
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND),Hertfordshire
two.2.4) Description of the procurement
Network Homes are establishing a Clerk of Works Framework.
.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 11
Objective criteria for choosing the limited number of candidates:
See Procurement Documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A45U9ME6CE
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 set out in SQ Documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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. We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning
homes. A member of the G15 group of London’s largest housing associations, we own and manage over 20
000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride
in the quality of the homes we deliver. We develop homes for a variety of affordable tenures including social,
affordable and intermediate rents, shared ownership and rent to buy products. We also develop homes for
market sale and for market rent. We also manage and develop a ranges of tenures for older people.
We have a strong track record of development and regeneration, with an ambitious growth strategy of 5 000
new homes over the next 5 years and secure development pipeline of approximately 2 500 homes. We have
strong relationships with Homes England, the GLA, and local authorities across our operational area.
Network Homes’ Growth Strategy sets out our ambition to deliver 1 000 units a year within London and
Hertfordshire which will be delivered through three procurement routes: land, S106 opportunities and package
deals and this framework will help us deliver this.
We have and maintain an impressive pipeline of development opportunities, with schemes of varying scales,
ranging from garage site redevelopments, neighbourhood-transforming regeneration schemes, land-led
residential developments of 100 units+, up to significant mixed use opportunities. Where the opportunity is
right, we look at the potential for joint ventures.
We usually have between fifteen and twenty development sites between the stages of offer accepted and
exchange and expect this rate to remain constant over the framework period.
We currently have 18 projects on site, with more due to commence in the coming months. The majority of these
projects are land led, with the remainder being made up of S106 development agreements and package deals.
Under the framework agreement network homes will have the option to call-off contracts as and when services
are required.
The services required are set out in the schedule of services in the tender documents pack.
We will appoint 6 or 7 consultancies. Criteria are set out in the documents.
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 any social housing provider have the automatic right to do so without direct
permission from Network Homes Ltd.
Where other ‘Social Housing Providers’ have instructed 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-Wembley:-Construction-consultancy-services./A45U9ME6CE
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A45U9ME6CE
GO Reference: GO-2022121-PRO-19527715
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Network Homes
The HIve, 22 Wembley Park Boulevard
Wembley
HA9 0HP
Telephone
+44 20878204312
Country
United Kingdom
six.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.