- Scope of the procurement
- Lot 1 a - Building Safety Fire Engineering Consultancy Services
- Lot 1b. 1b - Building Safety General Fire Consultants
- Lot 1c. 1c - Building Safety Consultants providing Ancillary Services
- Lot 2a. 2a - Development Fire Consultants (complex)
- Lot 2b. 2b - Development Fire Consultants (simple)
Section one: Contracting authority
one.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street
London
N1 9FL
Contact
Nicole Ward
Telephone
+44 2038150000
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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./9Y4NQ46U64
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
Fire Consultants Framework 2021
Reference number
PROC1199
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
NHG is seeking expert fire professionals to provide consultancy services on fire safety & compliance matters. These services will be in respect of new-build residential & mixed use developments, existing residential & mixed use buildings. The services will pertain to the design, construction, refurbishment, maintenance, &/or management of these developments &existing buildings.
The framework will be divided into 5 Lots with the intention that these will primarily be used by two different departments
- Lots 1a, 1b &1c will primarily be used by the Building Safety Team & will primarily be for fire consultancy services for existing residential buildings.
- Lots 2a & 2b will primarily be used by the Development Team & will primarily be for fire consultancy services for new developments.
For the avoidance of doubt, any department or team within NHG may call off from any lot. The framework may also be used by other contracting authorities, as further described at section VI.3
two.1.5) Estimated total value
Value excluding VAT: £17,500,000
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
Lot 1 a - Building Safety Fire Engineering Consultancy Services
Lot No
1a
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317200 - Health and safety services
- 71317000 - Hazard protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 71315400 - Building-inspection services
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
It is intended that this lot would be for Chartered Fire Engineers to undertake technical risk assessments of building elements and systems for regulatory compliance and fire safety (e.g., internal compartment walls, external walls, mechanical systems); remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; advice about interim measures (e.g. fire detection systems, waking watch) and; the production of EWS1 forms to support residential lending activity.
Full Service Specification and use of the lots can be found in the 'Information Document' which forms part of the procurement documents.
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: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works.
Please refer to the procurement documentation for full details of the justification for the framework extension.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation
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
1b - Building Safety General Fire Consultants
Lot No
1b
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317200 - Health and safety services
- 71317000 - Hazard protection and control consultancy services
- 71315400 - Building-inspection services
- 71315300 - Building surveying services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
This lot will be delivered by consultants that can meet the competency requirements established by Government and NHG (e.g., members of the Royal Institute of Chartered Surveyors (RICS), Royal Institute of British Architects (RIBA), and Institution of Fire Engineers (IFE)).
These consultants would be employed to undertake observational and invasive surveys of building components and systems (e.g., internal compartment walls, external walls); provide remedial advice relating to fire safety defects with building elements and systems (e.g., external walls); expert witness services; design guardian services to oversee remedial works to meet quality requirements; site inspection services to meet quality requirements; and support with resident engagement related to fire safety remedial works.
Consultants will also need to be qualified to issue the EWS1 forms. This includes both parts a and b.
Additional information on these requirements can be found in the ITT documents
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: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works.
Please refer to the procurement documentation for full details of the justification for the framework extension.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation.
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
1c - Building Safety Consultants providing Ancillary Services
Lot No
1c
two.2.2) Additional CPV code(s)
- 71510000 - Site-investigation services
- 71600000 - Technical testing, analysis and consultancy services
- 71315200 - Building consultancy services
- 71315400 - Building-inspection services
- 71315300 - Building surveying services
- 71354100 - Digital mapping services
- 79811000 - Digital printing services
- 48610000 - Database systems
- 48613000 - Electronic data management (EDM)
- 72212610 - Database software development services
- 72242000 - Design-modelling services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
As a supplement to lots one and two, NHG will also look to create a lot for ancillary services. This lot will support the process of evaluating and
managing the ongoing fire safety of buildings through laser scanning, 3d model authoring (Computer Aided Design) and drawing services to build
a digital record; project documentation (photographic evidence of deconstruction and reconstruction works); and consultancy services for
the production of safety case reviews that will support ongoing regulatory compliance.
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: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, B) anticipated capacity constraints on fire consultants over the next few years, and C) requirement to align the framework with NHG’s programme of remedial works. Please refer to the procurement documentation for full details of the justification for the framework extension.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation
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
2a - Development Fire Consultants (complex)
Lot No
2a
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315300 - Building surveying services
- 71317210 - Health and safety consultancy services
- 71313410 - Risk or hazard assessment for construction
- 71300000 - Engineering services
- 71315400 - Building-inspection services
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
This lot is intended to deliver the full range of the NHG Development team’s fire consultant requirements – an end-to-end solution for our new build development projects. This covers both Fire Engineer services (expert fire engineers forming an integral part of the multi-disciplinary consultant team at design stage for RIBA Stages 0-4), and Fire Guardian services (a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6). First and foremost we require consultants who can provide the Fire Engineer service, and therefore we are seeking expert fire engineers with appropriate qualifications. Preferably these consultants will also be able to provide the Fire Guardian service, or be willing to develop this service in future. For NHG-led projects, preferably the fire consultant appointed as Fire Engineer at design stage will be retained as our Fire Guardian during technical design and construction once a design & build contract has been let. However we recognise that not all fire consultants are able to provide the Fire Guardian service, and therefore we will welcome bids from Tenderers offering only the Fire Engineer service. This lot description represents NHG’s current intentions for the use of Lot 2a, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2a, including the full set of services which may be procured through this lot.
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
Yes
Description of renewals
Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, and B) anticipated capacity constraints on fire consultants over the next few years. Please refer to the procurement documentation for full details of the justification for the framework extension.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation
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
2b - Development Fire Consultants (simple)
Lot No
2b
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315400 - Building-inspection services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 71313410 - Risk or hazard assessment for construction
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
Main site or place of performance
EAST OF ENGLAND,LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
This lot is intended to deliver the Fire Guardian service portion of the NHG Development team’s fire consultant requirements. The Fire Guardian is a role we have established in recent years for monitoring the quality, compliance and safety of the design and construction executed by developers/contractors, primarily at RIBA Stages 4-6. We are seeking built environment professionals who have appropriate qualifications and sufficient fire safety knowledge to review designs and inspect fire safety aspects of buildings during construction. Unlike Lot 2a, the consultants’ personnel do not necessarily have to be qualified fire engineers. Our intention is to use Lot 2b for Fire Guardian services in less complex circumstances, such as simple low-rise buildings or S106 acquisitions where NHG is not the developer. This lot description represents NHG’s current intentions for the use of Lot 2b, however NHG reserves the right to select from the most suitable lot for each fire consultant appointment on a case-by-case basis. We also may utilise this lot for work on existing buildings where appropriate, in addition to new-build developments. See the procurement documents for more information about Lot 2b, including the full set of services which may be procured through this lot.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Notting Hill Genesis reserves the right to extend this framework by a further period of up to 24 months (I.e. 4 years + 2 years). NHG considers that the option to extend the framework is justified as comprising an “exceptional case” for the purposes of Regulation 33(3) of the Public Contracts Regulations 2015. This is due to A) regulatory uncertainty and change over the next few years, and B) anticipated capacity constraints on fire consultants over the next few years. Please refer to the procurement documentation for full details of the justification for the framework extension.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Maximum number: 15
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation
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
Selection criteria as stated in the procurement 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
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:
NHG reserves the right to extend this framework of a further period of up by 24 months. NHG considers the option to extend the framework is justified as an “exceptional case” under Regulation 33(3) of the PCRs 2015.
Please refer to the procurement documentation has full details of the justification for the framework extension.
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
23 June 2021
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: 6 (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 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: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in London. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now owns 66000 homes. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 7,000 new homes over the next 5 years.
FRAMEWORK USERS: 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 that is 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-social-housing. Due to the increasing demand for fire safety Consultancy services across London, this Framework may present a significant opportunity for the selected framework participants with such organisations, in addition to the opportunity with NHG Group members.
FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities as noted above.
FRAMEWORK LOTS: The framework will be broken down into the following Lots and NHG currently intender to appoint the following number of Tenderers to each lot as an outcome of this procurement process. However we reserve the right to appoint more or less than these numbers at our sole discretion;
Lot 1a - Building Safety Fire Engineering Consultancy Services - 8
Lot 1b - Building Safety General Fire Consultants - 8
Lot 1c - Building Safety Consultants providing Ancillary Services - 8
Lot 2a - Development Fire Consultants (complex) - 8
Lot 2b - Development Fire Consultants (simple) - 8
SMES: NHG 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.
ANTICIPATED WORKS PIPELINE: For information about the Fire Safety projects which NHG anticipates letting over the coming years, see the Information Document in the procurement documents. The services required under call-off contracts will predominantly be at sites located in Greater London, however sites may also be located in other counties in the South East or East of England
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. 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./9Y4NQ46U64
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9Y4NQ46U64
GO Reference: GO-2021518-PRO-18258818
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
The Royal Court of Justice
The Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.
six.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Services
London
Country
United Kingdom