Tender

Consultancy Services Dynamic Purchasing System

  • Notting Hill Genesis

F02: Contract notice

Notice identifier: 2025/S 000-005805

Procurement identifier (OCID): ocds-h6vhtk-04e3db

Published 19 February 2025, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

Email

dps@effefftee.co.uk

Telephone

+44 2083574577

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.nhg.org.uk/

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./64D5B6MABF

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/tenders/UK-title/92FB7XY59F

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

Consultancy Services Dynamic Purchasing System

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Heat Network Improvements

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Heat Network Improvements. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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/92FB7XY59F

two.2) Description

two.2.1) Title

Lift Modernisations

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Lift Modernisations. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

Domestic Heating

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Domestic Heating. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

FRA Remedial Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

FRA Remedial Works. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

Mechanical and Electrical

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Mechanical and Electrical. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

Asbestos

Lot No

6

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Asbestos. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

Fire Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Fire Services. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

Objective criteria for choosing the limited number of candidates:

Please see the procurement documentation for all relevant criteria to be invited to join the DPS.

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) Description

two.2.1) Title

Drainage

Lot No

8

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Drainage. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 5

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

Please refer to the procurement documentation.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the procurement documentation.


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

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

21 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

ABOUT US: NHG is one of the largest Housing Associations in the country, with more than 66,000 homes across London and the South-East. We provide homes to a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything we do supports that. For more information, visit www.nhg.org.uk.

VALUE: Applicants should note that the estimated value given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that services totalling this value will in fact be required. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the DPS is used by other contracting authorities more extensively than anticipated.

AUTHORISED USERS: This DPS will be available for use by NHG and any entity within the same group of companies as NHG from time to time (the current list can be found at https://www.nhg.org.uk/about-us/who-we-are/current-members-of-the-group/) and any entity or joint venture company that NHG or any other NHG group member holds an interest in from time to time.

NHG may also (at its sole discretion) permit use of the DPS by any other contracting authority that is a provider of social housing operating in the Greater London area. This will be at NHG’s sole discretion and may be subject to payment of a usage fee. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-socialhousing.

OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the DPS. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.

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./64D5B6MABF

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/64D5B6MABF

GO Reference: GO-2025219-PRO-29477712

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

London

Country

United Kingdom