Section one: Contracting authority
one.1) Name and addresses
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate
London
N14 6PW
Contact
Jumaa Sudi
Telephone
+44 2035354295
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
Buyer's address
one.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-London:-Building-consultancy-services./74392V3V72
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/8DXWJZ5FVX
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
Property services consultancy project - Stock Conditioning
Reference number
2022-2023-039
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices i
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70333000 - Housing services
- 71315200 - Building consultancy services
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKJ - South East (England)
- UKK - South West (England)
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
EAST OF ENGLAND,EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND),NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
MTVH desires to have a proactive relationship with the supplier, ensuring a timely, effective, and accurate service. Monitoring the performance of the supplier and assessing the health of the working relationship are key requirements, with a twofold purpose: •To ensure that the supplier is meeting the performance criteria, e.g., the service levels and quality, defined in the contract •To develop a collaborative approach when identifying service improvement opportunities that benefit our residents Account management is therefore valued very highly. Some requirements for MTVH of this include: •A dedicated account manager operating as a single point of contact for MTVH, who will allocate work out proactively across the various teams within their organisation •Team charts provided to MTVH, so we are aware of the different teams and their members across, e.g., Stock Condition, roof drone surveys etc. •A dedicated telephone line for Stock Condition surveys •Ensure the use of mobile devices are used for any survey •A live central file/shared file/spreadsheet or PowerBi dashboard equivalent, so information can be accessed quickly, and residents’ queries can be answered promptly •Effectively work with MTVH’s existing asset management software Promaster and Keystone and new Northgate (NEC) •Clear and logical process agreed upon regarding ‘no access’ to properties •Fortnightly/monthly operational meetings with key personnel consistently attending and updating clients live project spreadsheet on a regular basis •Quarterly Supplier Relationship Management (SRM) meetings with wider organisational stakeholders The primary scope of services includes: 1.Completing an annual stock condition survey programme of 57,094 units - 1/5th every year (dwellings, flats, maisonettes and other), comprising of 3,791 blocks. 2.Providing and maintaining an up-to-date report detailing the methodology and quality control measures followed during the collation and validation of stock condition dates. 3.Providing on request a summary report detailing the findings of the stock condition survey commissions to demonstrate outcomes and validation. 4.Completing stock condition surveys of vacant blocks and dwellings on newly developed properties before occupation. 5.Maintaining IT hardware and software to the required specification to maintain the capability of completing stock condition survey programmes and the transfer of data to MTVH systems. 6.To install an IT interface with MTVH New Asset Management Database (Currently using Promaster/Keystone which will be integrated into Northgate NEC) to allow for real-time data transfer of information. This option will be explored with the winning bidder to improve data transfer, reduce administration, and achieve efficiencies. 7.Carrying out the roof drone surveys and producing reports and recommendations including images.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Dependent on performance.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
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
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
Minimum 3 years referenced experience.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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
10 April 2023
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 8 years
six.2) Information about electronic workflows
Electronic ordering will be used
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./74392V3V72" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./74392V3V72
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/74392V3V72" target="_blank">https://www.delta-esourcing.com/respond/74392V3V72
GO Reference: GO-2023220-PRO-22165481
six.4) Procedures for review
six.4.1) Review body
Metropolitan Housing trust
The Grange, 100 High Street, Southgate
London
N14 6PW
Country
United Kingdom