Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Group
2 Gosforth Park Way, Gosforth Business Park
Newcastle Upon Tyne
NE12 8ET
UK
Contact person: Mr Joe Moran
Telephone: +44 1913324938
E-mail: joe.moran@homegroup.org.uk
NUTS: UKC
Internet address(es)
Main address: http://www.homegroup.org.uk/Pages/default.aspx
Address of the buyer profile: http://www.homegroup.org.uk/Pages/default.aspx
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.housingprocurement.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.housingprocurement.com
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
Void Property Works Support Framework – North East Region
Reference number: DN645533
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Home Group is currently seeking tenders from suitably qualified and experienced contractors in relation to establishing a Framework to provide Void Property Refurbishment Works to support our in-house repairs DLO (HGRS) within the defined geographical management areas:-
Tyneside & Northumberland – NE1-71
Teesside & Durham – DH1-9, SR1-8, DL1-17, TS1-29
It is HGL’s intention to appoint 3 contractors to this framework on a ranked basis. The Rank 1 provider will be the provider who submits the highest scoring tender submission.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
Home Group is currently seeking tenders from suitably qualified and experienced contractors in relation to establishing a Framework to provide Void Property Refurbishment Works to support our in-house repairs DLO (HGRS) within the defined geographical management areas:-
Tyneside & Northumberland – NE1-71
Teesside & Durham – DH1-9, SR1-8, DL1-17, TS1-29
It is HGL’s intention to appoint 3 contractors to this framework on a ranked basis. The Rank 1 provider will be the provider who submits the highest scoring tender submission.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
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
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
Please note the bidding contractor ranked 4th will be awarded a ‘reserve position’ for contingency purposes only. For the avoidance of doubt, the reserve contractor will not be eligible for Direct Award call-offs under the Framework Contract unless Home Group terminate the contract with one of the ‘Primary Framework Contractors’. In which case, the Reserve Contractor upon entering into framework contract with Home Group will be appointed and therefore eligible for Framework call-offs.
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:
As per Tender docs
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.2.2) Contract performance conditions
As per Tender docs
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years: n/a
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/01/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
23/01/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
09/12/2022