Services - 356007-2020

28/07/2020    S144

United Kingdom-London: Contract administration services

2020/S 144-356007

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Notting Hill Genesis
Postal address: Bruce Kenrick House, 2 Killick Street
Town: London
NUTS code: UKI LONDON
Postal code: N1 9FL
Country: United Kingdom
Contact person: Declan Burns
E-mail: ProcurementTeam@nhg.org.uk
Telephone: +44 2038150000
Internet address(es):
Main address: http://www.nhggroup.org.uk
Address of the buyer profile: http://www.nhggroup.org.uk
I.1)Name and addresses
Official name: Peabody Trust
Postal address: 45 Westminster Bridge Road
Town: London
NUTS code: UKI LONDON
Postal code: SE1 7JB
Country: United Kingdom
Contact person: Patric Lemagnen
E-mail: patric.lemagnen@peabody.org.uk
Telephone: +44 2070214444
Internet address(es):
Main address: http://www.peabody.org.uk
Address of the buyer profile: http://www.peabody.org.uk
I.1)Name and addresses
Official name: Notting Hill Genesis
Postal address: Bruce Kenrick House, 2 Killick Street
Town: London
NUTS code: UKI LONDON
Postal code: N1 9FL
Country: United Kingdom
Contact person: Declan Burns
E-mail: ProcurementTeam@nhg.org.uk
Telephone: +44 2038150000
Internet address(es):
Main address: http://www.nhggroup.org.uk
I.2)Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
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:

DPS Managing Agent and Software Platform Provider Framework Agreement

II.1.2)Main CPV code
79994000 Contract administration services
II.1.3)Type of contract
Services
II.1.4)Short description:

Notting Hill Genesis (‘NHG’) and the Peabody Trust (‘Peabody’)are seeking to award a single supplier framework agreement to provide, manage and maintain a software platform, for use by a pool of contractors contained on a separately procured Dynamic Purchasing System (‘DPS’) and also to act as a managing agent in respect of this DPS. Under the award of this procurement exercise, NHG, Peabody and other public bodies may call-off a contract with the successful tenderer.

A DPS is a way of purchasing services and works from an approved ‘pool’ of contractors in a way which is complaint with NHG and Peabody’s public procurement obligations under the Public Contracts Regulations 2015.

The DPS must operate completely electronically and allow contractors to join the DPS at any time and bid to provide works and services.

Please note that there will be a separate procurement process to set up the DPS itself.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 400 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
48333000 Contact management software package
48490000 Procurement software package
72510000 Computer-related management services
79418000 Procurement consultancy services
79994000 Contract administration services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM.

II.2.4)Description of the procurement:

NHG and the Peabody are looking to appoint a supplier to provide a software platform from which the DPS can be operated, together with a management function whereby the supplier will administer and manage the DPS on NHG’s and Peabody’s behalf.

The specific duties of the service provider will be outlined in greater detail within the procurement documents, but can be summarised as follows:

• assisting NHG and Peabody with the setup and structure of the DPS. NHG and Peabody will be conducting the DPS procurement itself, but will work with the successful tenderer to ensure that the structure of the DPS is compatible with the software and management service to be provided by the successful tenderer.

• the provision of a software platform for the operation of the DPS that allows mini-competition and awarding of works to successfully bidding contracts.

• the management of the DPS on NHG’s and Peabody’s behalf to include:

— engagement with contractors to encourage application to the DPS and guide them in this process;

— processing applications made by contractors to join to the DPS. This will involve ‘initial applications’ made when the DPS is first established and subsequent applications which may be made any time during the life of the DPS;

— vetting contractors in accordance with NHG’s and Peabody’s requirements, both to join the DPS and periodically in order to remain as a contractor on the DPS;

— informing contractors whether they are appointed to the DPS or not and the reasons for this;

— processing requests for works/services by NHG and Peabody and running a mini-competition between all qualifying contractors in the relevant category;

— contract formation with successful contractors;

— undertaking annual vetting (or as required subject to expiration of insurances, training, etc. This is what needs adding to the original) of all existing DPS contractors;

— where contractors are VAT registered, undertake checks on HMRC that they are paying tax to meet clients CIS requirements.

The duration of 48 months relates to the framework agreement. Call-off contracts awarded under the framework agreement may be for a period of up to ten years and may run beyond the duration of the framework agreement. Each contracting authority/beneficiary will enter into a separate call-off contract directly with the successful supplier.

The estimated value stated is for the overall value of the call-off contracts which may be awarded under the framework agreement. This figure is based upon the Dynamic Purchasing System (DPS) and framework agreement being used by NHG, Peabody Trust and a number of other beneficiaries (see Additional Information below).

This figure has been arrived at by considering the estimated annual value of the NHG and Peabody Trust Call-Off Contracts and the estimated value of call-off contracts which may be entered into by such beneficiaries. There is no guarantee that other beneficiaries will utilise the DPS or framework agreement and this will be subject to approval by NHG and the Peabody Trust.

The value of the framework agreement will also be driven by the success of the DPS and number of orders placed under it.

II.2.5)Award criteria
Price
II.2.11)Information about options
Options: yes
Description of options:

It is intended that each call-off contract will be for an initial period of 5 years with the option to extend by up to five additional years (a total duration of 10 years). The call-off contract may therefore run beyond the 4-year duration of the framework agreement. Estimated values are based on the maximum 10 year duration of the call-off contracts awarded under the framework agreement.

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 189-460045
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
23/06/2020
V.2.2)Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Plentific Ltd
National registration number: 08275972
Postal address: Notcutt House, 36 Southwark Bridge Road
Town: London
NUTS code: UKI LONDON
Postal code: SE1 9EU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 400 000 000.00 GBP
Total value of the contract/lot: 400 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

Please refer to ‘Section VI: Complementary information — VI.3) Additional Information’ from the original OJEU notice, for full details concerning who is eligible to access the framework.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=510167066

GO Reference: GO-2020723-PRO-16875824

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Royal Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
Official name: N/A
Town: N/A
Country: United Kingdom
Telephone: +44 000000000
VI.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 the Framework Agreement Notting Hill Genesis and the Peabody Trust will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the framework agreement is entered into.

Notting Hill Genesis and the Peabody Trust reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.

VI.5)Date of dispatch of this notice:
23/07/2020