Tender

New Homes Ombudsman Service

  • New Homes Quality Board

F02: Contract notice

Notice identifier: 2021/S 000-011771

Procurement identifier (OCID): ocds-h6vhtk-02b56d

Published 27 May 2021, 7:55am



Section one: Contracting authority

one.1) Name and addresses

New Homes Quality Board

3rd Floor, 86 - 90 Paul Street

London

EC2A4NE

Contact

paul price

Email

info@nhqb.org.uk

Telephone

+44 7802807734

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nhqb.org.uk

Buyer's address

https://www.nhqb.org.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.nhqb.org.uk/tender/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.nhqb.org.uk/tender/

one.4) Type of the contracting authority

Other type

Independent consumer body

one.5) Main activity

Other activity

Independent consumer body in the housing sector


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

New Homes Ombudsman Service

two.1.2) Main CPV code

  • 75100000 - Administration services

two.1.3) Type of contract

Services

two.1.4) Short description

New Homes Ombudsman Service

two.1.5) Estimated total value

Value excluding VAT: £7,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75123000 - Administrative housing services
  • 79422000 - Arbitration and conciliation services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland

two.2.4) Description of the procurement

The successful tenderer will be required to establish the NHOS and manage investigations that are referred to it. In addition, the NHOS will be expected to provide management information to the NHQB and attend board meetings to report on its progress. It will also be required to liaise with the housebuilding industry and promote its services to the industry whilst managing the customer interface.

The establishment of a NHOS is a move that has been committed to by Government, and was the number one recommendation made by the All-Party Parliamentary Group in its report (Better redress for homebuyers - June 2018) on the quality and redress issues experienced by customers of new build homes.

The UK Government is supportive of the voluntary proposal being developed and takes into account planned legislative developments, such as the draft Building Safety Bill (July 2020). The NHQB is in discussions with the devolved administrations in Scotland and Wales with a view to ultimately introducing the arrangements on a UK wide basis.

https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/906737/Draft_Building_Safety_Bill_Web_ Accessible.pdf

Should the Building Safety Bill come into legislation as drafted, developers will be required to become, and remain, members of a NHOS.

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: £7,500,000

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

the contract has an option to extend at the sole discretion of the NHQB for a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Innovation partnership

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

21 June 2021

Local time

5:00pm

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

28 June 2021

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.4) Procedures for review

six.4.1) Review body

N/A

N/A

N/A

Country

United Kingdom