Construction Contract Leads
London
Category Services
Type
No. of Lots 8
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e3db |
Common Procurement Vocabulary | Building consultancy services |
Procurement Method | Restricted procedure |
Value | £80,000,000 |
London
Category Services
Type
No. of Lots 8
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e3db |
Common Procurement Vocabulary | Building consultancy services |
Procurement Method | Restricted procedure |
Value | £80,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street
London
N1 9FL
dps [at] effefftee.co.uk
Telephone
+44 2083574577
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.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 electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Consultancy Services Dynamic Purchasing System
II.1.2) Main CPV code
- 71315200 - Building consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
Notting Hill Genesis are establishing a Dynamic Purchasing System (DPS) in relation to Consultancy Services. Other purchasing organisations such as other registered providers of social housing, Arm's Length Management Organisations (ALMOs) and/or local authorities may also utilise the DPS.
II.1.5) Estimated total value
Value excluding VAT: £80,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Heat Network Improvements
Lot No
1
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Heat Network Improvements. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
To respond to this opportunity please click here:
II.2) Description
II.2.1) Title
Lift Modernisations
Lot No
2
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lift Modernisations. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Domestic Heating
Lot No
3
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Domestic Heating. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
FRA Remedial Works
Lot No
4
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
FRA Remedial Works. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Mechanical and Electrical
Lot No
5
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Mechanical and Electrical. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Asbestos
Lot No
6
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Asbestos. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Fire Services
Lot No
7
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Fire Services. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.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 see the procurement documentation for all relevant criteria to be invited to join the DPS.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Drainage
Lot No
8
II.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Drainage. Individual tenders will provide more specific detail on the services required under each contract. In addition, each DPS category is divided into key service areas as set out within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the procurement documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Please refer to the procurement documentation.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.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
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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: NHG is one of the largest Housing Associations in the country, with more than 66,000 homes across London and the South-East. We provide homes to a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything we do supports that. For more information, visit .
VALUE: Applicants should note that the estimated value 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 required. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the DPS is used by other contracting authorities more extensively than anticipated.
AUTHORISED USERS: This DPS will be available for use by NHG and any entity within the same group of companies as NHG from time to time (the current list can be found at ) 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 DPS by any other contracting authority that is a provider of social housing operating in the Greater London area. This will be at NHG’s sole discretion and may be subject to payment of a usage fee. 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 .
OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the DPS. 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:
To respond to this opportunity, please click here:
GO Reference: GO-2025219-PRO-29477712
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Service
London
Country
United Kingdom