Section one: Contracting authority
one.1) Name and addresses
London and Quadrant Housing Trust
29 – 35 West Ham Lane
Stratford
E15 4PH
Contact
Procurement
groupprocurement@lqgroup.org.uk
Country
United Kingdom
NUTS code
UKI42 - Tower Hamlets
Internet address(es)
Main address
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
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