Tender

Professional Services Support

  • London and Quadrant Housing Trust

F02: Contract notice

Notice identifier: 2023/S 000-014250

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

Published 18 May 2023, 5:18pm



Section one: Contracting authority

one.1) Name and addresses

London and Quadrant Housing Trust

29 – 35 West Ham Lane

Stratford

E15 4PH

Contact

Procurement

Email

groupprocurement@lqgroup.org.uk

Country

United Kingdom

NUTS code

UKI42 - Tower Hamlets

Internet address(es)

Main address

https://www.lqgroup.org.uk

Buyer's address

https://www.in-tendhost.co.uk/lqsupplychainmanagement/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.lqgroup.org.uk/

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

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Professional Services Support

Reference number

Head Office 00001611

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

London and Quadrant Future Shape Corporate strategy 2021-2026 sets out its business priorities for the next 5 years, and establishes an ambition of ‘operational excellence’, which we have defined as the delivery of reliable, repeatable, and consistent products and services. Within this context, the strategy sets out three core priorities for the five-year period of the strategy, which are;To support the delivery of our strategic objectives, London and Quadrant has set out its high-level target operating model blueprint and design principles, as well as established a sizeable portfolio of transformation and change. This is comprised of a strategic Transformation Programme, and a series of Change Projects that aim to deliver critical, tactical changes across the business, in lieu of the outcomes of the Transformation Programme.

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

Portfolio Programme & Portfolio Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 75100000 - Administration services

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

The work will include providing advice, expertise, capability and capacity for (but not limited to) the following: • Portfolio Management and Portfolio Management Office services and capabilities • PMO Analysis • Programme Management • Project Management • Business Analysis • Change Management All consultancy services reasonably foreseeable as per expertise indicated above in the capacity of: • Advice • Delivery • Interim Appointments

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60

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.2.10) Information about variants

Variants will be accepted: Yes

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

Service Design, Business Analysis & Continuous Improvement

Lot No

2

two.2.2) Additional CPV code(s)

  • 75100000 - Administration services

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

The work will include providing advice, expertise, capability and capacity for (but not limited to) the following: • Service Design and/or Business Archetecture design & implementation (process, data and information, organisational design, systems, customer journey)• Target operating model and organisational design• Business Analysis• Data Design, standards• Data & Information analysis• Process re-engingeering and improvement• Continuous Improvement• All Consultancy services reasonably foreseeable as per expertise indicated above in the capacity of: Advice Delivery Interim Appointments

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60

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.2.10) 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

External Assurance

Lot No

3

two.2.2) Additional CPV code(s)

  • 75100000 - Administration services
  • 75112000 - Administrative services for business operations

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

• Programme & Project assurance design• Adhoc/one-off programme and project assurance• Activities including; Assessing affectiveness of governance Structure  Capability Capacity  Delivery• Series/Scheduled programme assurance• Data assurance• Technical assurance• Series/Scheduled project assurance• Health assurance checks• Support to establish mitigation and/or responses to assurance findings• Executive level support• Guidance and advice on programme and project design• Design, delivery and execution providing assurance

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 70

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.2.10) 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.1.2) 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

Open 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 a single operator

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

N/A

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

23 June 2023

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 June 2023

Local time

1:00pm


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

Royal Courts of Justice

London

Country

United Kingdom