Opportunity

Consultants Framework for Development Programme

  • Notting Hill Genesis

F02: Contract notice

Notice reference: 2021/S 000-022492

Published 10 September 2021, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

Contact

NHG Procurement Team

Email

procurementteam@nhg.org.uk

Telephone

+44 2038150000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.nhg.org.uk

Buyer's address

https://www.nhg.org.uk/about-us/

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./Z25E64A847

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

Consultants Framework for Development Programme

Reference number

PROC1324

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Notting Hill Genesis (NHG) is procuring a framework of consultants to support a development programme for the delivery of new homes across London.

two.1.5) Estimated total value

Value excluding VAT: £81,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
12

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers wishing to bid for Lot 1 ‘Architects (General)’ and/or Lot 2 ‘Architects (Small/Specialist Works)’ must select only one of these lots and submit an SQ response for that lot. Tenderers are not able to apply for both Lots 1 and 2.

two.2) Description

two.2.1) Title

Architects (General)

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71251000 - Architectural and building-surveying services
  • 71210000 - Advisory architectural services
  • 71315400 - Building-inspection services
  • 71315200 - Building 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

Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 1 is primarily intended for practices with an established track record for large scale residential and mixed-use development with complex project requirements and site conditions.

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: £24,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 35

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Architects (Small/Specialist Works)

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71251000 - Architectural and building-surveying services
  • 71315200 - Building consultancy services
  • 71315400 - Building-inspection 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

Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential, mixed-use, or non-residential developments. Developments/projects usually less than around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 2 is primarily intended for smaller or more specialist practices who may not have an established track record for large scale residential/mixed-use development. Projects may include small new-build residential developments, buildings/plots within a larger development site or masterplan, commercial unit fit-out design, marketing suites, meanwhile uses, community buildings, refurbishment, redevelopment.

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Landscape Architects

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 71420000 - Landscape architectural services
  • 71400000 - Urban planning and landscape architectural services
  • 71222000 - Architectural services for outdoor areas

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

Provision of a range of landscape architecture and public realm services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Landscape and public realm design and associated services at various RIBA stages. General landscaping and public realm advice.Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £1,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Planning Consultants

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services
  • 71240000 - Architectural, engineering and planning services
  • 71400000 - Urban planning and landscape architectural 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

Provision of a range of planning consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Planning policy review, strategy, research, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports and statements. Project team co-ordination and programme management for planning-related activities and submissions. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £3,500,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Transport and Highways Consultants

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71410000 - Urban planning services
  • 71240000 - Architectural, engineering and planning 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

Provision of a range of transport and highways consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Transport and highways policy review, strategy, research, surveys, modelling, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports, statements, plans, drawings and specifications. Support to design consultants at various RIBA stages. Transport and highways related design where required. Various additional services relating to development and/or the built environment, where consultants can offer these.

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Civil and Structural Engineers

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71315200 - Building consultancy services
  • 71530000 - Construction consultancy services
  • 71250000 - Architectural, engineering and surveying services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71300000 - Engineering services
  • 71320000 - Engineering design services
  • 71240000 - Architectural, engineering and planning services
  • 71315400 - Building-inspection 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

Provision of a range of civil and structural engineering services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Civil and structural engineering design and associated services at various RIBA stages. General civil and structural engineering advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £7,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Mechanical and Electrical Consultants

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 90731100 - Air quality management
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71314300 - Energy-efficiency consultancy services
  • 71300000 - Engineering services
  • 71320000 - Engineering design services
  • 71240000 - Architectural, engineering and planning services
  • 71315000 - Building services
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71315400 - Building-inspection 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

Provision of a range of M&E / building services / energy performance / environmental design services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. M&E / building services / energy performance / environmental design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £7,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Cost Consultants

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71324000 - Quantity surveying services
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71240000 - Architectural, engineering and planning 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

Provision of a range of cost management / quantity surveying services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Cost management / quantity surveying services at various RIBA stages. Production of estimates, cost plans and reports. Cost-related strategy, analysis, value engineering. Project administration and programme management support where required. Post-contract cost management including valuations, cash flow reporting and variations. Various additional services relating to development and/or the built environment, where consultants can offer these.

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Employer's Agents

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71315300 - Building surveying services
  • 71324000 - Quantity surveying services
  • 71317210 - Health and safety consultancy services
  • 71530000 - Construction consultancy services
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71248000 - Supervision of project and documentation

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

Provision of a range of Employer’s Agent services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build or S106 development agreements but may take any form. Post-contract cost management. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £18,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Project Managers

Lot No

Lot 10

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71315300 - Building surveying services
  • 71324000 - Quantity surveying services
  • 71317210 - Health and safety consultancy services
  • 71530000 - Construction consultancy services
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction
  • 71248000 - Supervision of project and documentation

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

Provision of a range of project management services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects will usually be large (e.g. in excess of 400 units) and/or complex, but may be any size or contract value. Project management and development management support at all RIBA stages, including acting as Lead Consultant. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build and/or joint venture development agreements but may take any form. Post-contract cost management. Joint Venture Supervisor services where required. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £5,500,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Valuers

Lot No

Lot 11

two.2.2) Additional CPV code(s)

  • 70121000 - Building sale or purchase services
  • 70121100 - Building sale services
  • 71315300 - Building surveying services
  • 70311000 - Residential building rental or sale services
  • 70121200 - Building purchase services
  • 70000000 - Real estate services
  • 70110000 - Development services of real estate
  • 70120000 - Buying and selling of real estate
  • 70300000 - Real estate agency services on a fee or contract basis

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

Provision of a range of valuation services to support the employer’s investment decisions and general business activities. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Carry out valuations and produce valuation reports, for a variety of purposes and on a variety of bases, in accordance with RICS professional standards. Including formal ‘Red Book’ valuations as well as informal valuation advice where required. Various additional services relating to development and/or the built environment, where consultants can offer these – e.g. other/specialist valuation services, real estate agency and brokerage advice/ instructions, strategic development advice / sales and marketing advice, financial viability assessments, CPO services, stock optimisation services.

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: £4,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Purchase & Repair Consultants

Lot No

Lot 12

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71247000 - Supervision of building work
  • 71315400 - Building-inspection services
  • 71317210 - Health and safety consultancy services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71520000 - Construction supervision services
  • 71248000 - Supervision of project and documentation

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

Provision of a range of building surveying and project management services, primarily in relation to the acquisition and/or refurbishment of housing stock (houses and/or flats), and in particular NHG’s P&R (Purchase & Repair) programme. Primarily suburban sites in Greater London. Carry out pre-acquisition surveys and produce reports. Project management for refurbishment works – prepare specifications for refurbishment works, manage and monitor costs, manage appointment of contractors, act as contract administrator/employer’s agent for building contracts, monitor progress, and carry out inspections. General construction and refurbishment-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £2,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

Lot 13

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71630000 - Technical inspection and testing services
  • 71631300 - Technical building-inspection services
  • 71530000 - Construction consultancy services
  • 71520000 - Construction supervision services
  • 71248000 - Supervision of project and documentation

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

Provision of a range of construction site inspection and monitoring services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Monitor and report on construction progress, site conditions, health & safety, and quality/compliance of works undertaken by the build contractor/developer. Carry out site inspections – including regular, key stage, benchmarking, witnessing, testing/commissioning, snagging, de-snagging, and end-of-defects inspections. Check completed work against contract drawings, specifications, instructions, and standards. General construction-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

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: £4,000,000

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

NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Objective criteria for choosing the limited number of candidates:

Please refer to SQ documentation for further details relating to criteria.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847


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

There are specific professional memberships/accreditations required to participate in this procurement — Please refer to procurement documentation for full detail.

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 wish to work collaboratively using longer term relationships with the framework members to meet challenges of the forthcoming changes to laws and regulations for fire and building safety, which will likely exceed a 4-year period. The number/value of opportunities are not guaranteed, therefore a longer period will provide framework members an opportunity to gain a return on the investment.

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

15 October 2021

Local time

12:00pm

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

10 January 2022

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 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 the Greater London area. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now manages over 66,000 homes across London and the South East. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 7,000 new homes over a 5-year period.

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 . There will be no usage fee for other contracting authorities to use the framework. 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.

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 services 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 more extensively than anticipated.

REQUIREMENTS FOR PARTICIPATION: Any supplier submitting a tender response must be able to demonstrate that it meets NHG’s minimum requirements for participation, in order for its tender response to be evaluated by NHG. Details of the minimum requirements for participation are set out in the SQ. We encourage any supplier considering submitting a tender response to first satisfy themselves that they can meet these minimum requirements, prior to investing time in producing a SQ response. In the event that any supplier is unsure about their ability to meet the minimum requirements or wishes to seek clarification about the minimum requirements, the supplier should contact NHG as soon as possible via the clarification process set out in the SQ.

NUMBER OF FRAMEWORK MEMBERS: The number of tenderers NHG intends to appoint for each lot as an outcome of this procurement process is provided in the SQ document. However, we reserve the right to appoint either more or less than the number of Tenderers set out in the SQ document at our sole discretion.

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./Z25E64A847

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/Z25E64A847

GO Reference: GO-202199-PRO-18881269

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

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 Service

70 Whitehall

London

Country

United Kingdom