Section one: Contracting authority
one.1) Name and addresses
Network Homes
The Hive, 22 Wembley Park Boulevard
Wembley
HA9 0HP
procurement@networkhomes.org.uk
Telephone
+44 2087824312
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.networkhomes.org.uk
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-Wembley:-Building-consultancy-services./TA4N3DM62C
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
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
A framework in 4 Lots:
•Lot 1- General building consultancy
•Lot 2- M&E Consultants
•Lot 3- Lift Consultants
•Lot 4- Fire-related consultancy (Fire engineers, façade engineers and building consultants for fire-related investigations and works.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
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
General Building Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
LONDON,Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
See Introduction to the Contract document
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: £1,600,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Maximum number: 9
Objective criteria for choosing the limited number of candidates:
8-9 organisations will be invited to tender, as set out in SQ documents
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
See SQ documents
two.2) Description
two.2.1) Title
M&E Consultants
Lot No
2
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
LONDON,Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
This Lot could include consultancy/projects/advice/contract management in relation to (but not exclusively):
•Renewables
•Access control
•Domestic and district heating systems and equipment
•Boosted water systems
•CHP
•BMS systems
•Water treatments and environmental services
•Below ground drainage and surface and foul water services
•Electrical services (including design, maintenance, CCTV, lighting, telecoms, security
•Mechanical ventilation and extraction
•Gas distribution services
•Post contract advice in relation to projects/works by others
•Civil engineering
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: £200,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the SQ documents
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
Lift Consultants
Lot No
3
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
LONDON,Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
This may include consultancy/projects/advice/contract management in relation to (but not exclusively), the installation, refurbishment and/or maintenance of:
•Passenger lifts
•Mobility lifts and hoists
•Commercial lifts
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: £180,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the SQ documents
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
Fire-related Consultants
Lot No
4
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
LONDON,Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
A Lot for Fire engineers, façade consultants. and Building consultants for fire-related investigations and works
Consultants can apply for some or all specialisms on 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: £3,300,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 15
Objective criteria for choosing the limited number of candidates:
The highest scoring candidates (as set out in the SQ documents) in the following specialisms:
Fire engineers- 6
Facade Engineers- 3
Consultants- 6
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
For Fire Engineers only, in Lot 4, membership of IFE or Engineering Council Registration is required. See SQ.
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.2.2) Contract performance conditions
Will be set out in the Tender 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
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
18 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 November 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: 5 (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.
Network Homes wishes to establish a Framework Agreement for Consultancy Services for use by Network Homes itself or any its subsidiaries.
We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 Group of London’s largest housing associations, we own and manage approx. 21,000 homes across London, Hertfordshire and the South East. For further details visit www.networkhomes.org.uk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Building-consultancy-services./TA4N3DM62C
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TA4N3DM62C
GO Reference: GO-2021913-PRO-18900113
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
none
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom