Tender

Consultants Framework

  • Network Homes

F02: Contract notice

Notice identifier: 2021/S 000-022729

Procurement identifier (OCID): ocds-h6vhtk-02e038

Published 13 September 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Network Homes

The Hive, 22 Wembley Park Boulevard

Wembley

HA9 0HP

Email

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