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
Telephone
+44 2038150000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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