Tender

Planned Investment Framework 2023

  • Notting Hill Genesis

F02: Contract notice

Notice identifier: 2023/S 000-009530

Procurement identifier (OCID): ocds-h6vhtk-03b7e7

Published 31 March 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

UK-London: Construction work.

N19FL

Contact

Nicole Ward

Email

nicole.ward@nhg.org.uk

Telephone

+44 2038150000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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-UK-London:-Construction-work.:-Construction-work./58G2246U3E

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

Planned Investment Framework 2023

Reference number

PROC1636

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Notting Hill Genesis (NHG) is seeking to procure a Framework Agreement for the provision on Planned Investment works. The Framework will comprise of 3 Lots as follows:

•Lot 1 – Planned Investment - Building Envelope and Communal Spaces

•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements

•Lot 2 – Planned Investment - Retrofit and Decarbonisation

two.1.5) Estimated total value

Value excluding VAT: £1,837,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers are welcome to submit proposals for only 2 of the 3 Lots available. Please note Tenderers can only submit a response for either Lot 1 or Lot 2.

Further information is available in the Information for Tenderers document that accompanies this notice.

two.2) Description

two.2.1) Title

•Lot 1 – Planned Investment - Building Envelope and Communal Spaces

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45100000 - Site preparation work
  • 45111200 - Site preparation and clearance work
  • 44112000 - Miscellaneous building structures
  • 44115000 - Building fittings
  • 44115800 - Building internal fittings
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 44112410 - Roof frames
  • 44112420 - Roof supports
  • 44112430 - Roof trusses
  • 44112500 - Roofing materials
  • 44232000 - Timber roof trusses
  • 45261100 - Roof-framing work
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45343100 - Fireproofing work
  • 45440000 - Painting and glazing work
  • 45321000 - Thermal insulation work
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35111500 - Fire suppression system
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services
  • 45320000 - Insulation work

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UK - United Kingdom
Main site or place of performance

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

two.2.4) Description of the procurement

The scope of works for contracts placed under this Lot, includes but is not limited to, external and internal redecorations to communal hallways, roof repairs and roof renewals, roof and cavity insulation, window repairs and replacement, door repairs and replacement, structural repairs to steps, balconies, fencing & walls, Housing Health and Safety Rating Scheme (HHSRS) associated works along with internal works to communal areas including floor coverings, fire risk remedial works and low energy lighting.

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: £1,200,000,000

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

Duration in months

96

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: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.

two.2) Description

two.2.1) Title

•Lot 2 – Planned Investment - Kitchen and Bathroom Replacements

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45211310 - Bathrooms construction work
  • 39141000 - Kitchen furniture and equipment
  • 39141400 - Fitted kitchens
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39221000 - Kitchen equipment
  • 45330000 - Plumbing and sanitary works
  • 45332200 - Water plumbing work

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UK - United Kingdom
Main site or place of performance

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

two.2.4) Description of the procurement

Contract placed under this Lot will typically involve the replacement programmes for domestic kitchen and bathroom works. This will mainly comprise of removal and installation of the existing kitchen, or bathroom, or both, internal redecorations, electrical testing and remedial works, minor remedial and damp proofing works, tiling and vinyl flooring.

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: £330,000,000

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

Duration in months

96

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: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.

two.2) Description

two.2.1) Title

•Lot 3 – Planned Investment - Retrofit and Decarbonisation

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45100000 - Site preparation work
  • 45111200 - Site preparation and clearance work
  • 44112000 - Miscellaneous building structures
  • 45261410 - Roof insulation work
  • 45321000 - Thermal insulation work
  • 45320000 - Insulation work
  • 45323000 - Sound insulation work
  • 44115000 - Building fittings
  • 44115800 - Building internal fittings
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 39563530 - Ventilation ducting
  • 42500000 - Cooling and ventilation equipment
  • 42520000 - Ventilation equipment
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 09330000 - Solar energy

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UK - United Kingdom
Main site or place of performance

EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND),UNITED KINGDOM

two.2.4) Description of the procurement

Contract placed under this Lot will typically involve the........

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: £307,000,000

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

Duration in months

96

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: 12

Objective criteria for choosing the limited number of candidates:

NHG are anticipating taking 12 Tenderers through to the ITT stage for each lot, with 8 suppliers being awarded onto the framework for each lot. Please note NHG reserve the right to amend these numbers up or down.

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

Additional info on the breakdown of the estimated value of this Lot is available in the IFT document.

Please note the access code for responding and uploading your responses to the correct areas are

main questionnaire: 58G2246U3E

Lot 1 - WMSC7366TC

Lot 2 - 4AR8649958

Lot 3 - W576PVH42A

Information on how to respond to the tender can be found in the tender documents.


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 detailed in the 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.2.2) Contract performance conditions

As per the procurement documents


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Further information is available in Section VI.3 Additional Information.

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

2 May 2023

Local time

12:00pm

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

12 June 2023

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

Tender must be valid until: 31 March 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This framework will be available for use by 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 framework by any other contracting authority that is a provider of social housing operating in the Greater London area . 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-social-housing Due to the increasing demand for additional housing across London this Framework may present a significant opportunity for the selected framework participants and these organisations.

Our rationale and justification for procuring a Framework for a longer period than four years in this case is as follows. We are of the view that the proposed framework length and option to extend beyond four years in this case is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the PCRs 2015:

1 - NHG is committed to delivering our planned investment programme which includes a programme of works to be completed by 2030 and beyond.

2 - NHG is working towards a target of meeting EPC B and C for all its rented homes by 2030 and net zero carbon by 2050. We believe that it is therefore critical to NHG that we can build and maintain strong relationships with the members of this framework, in order to work together to meet the challenges ahead, and work in a spirit of collaboration and continual improvement through this period of regulatory uncertainty, change and upheaval. We expect this period to exceed the standard four-year term for frameworks under the Public Contracts Regulations 2015.

3 - NHG are setting out a new approach to delivering long term social value through the framework and believe that a long-term partnering approach is the only way to achieve this.

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

https://www.delta-esourcing.com/tenders/UK-UK-UK-London:-Construction-work.:-Construction-work./58G2246U3E" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-UK-London:-Construction-work.:-Construction-work./58G2246U3E

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/58G2246U3E" target="_blank">https://www.delta-esourcing.com/respond/58G2246U3E

GO Reference: GO-2023331-PRO-22445639

six.4) Procedures for review

six.4.1) Review body

Notting Hill Housing Trust

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

Telephone

+44 2083574577

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom