Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Group
One Strawberry Lane
Newcastle Upon Tyne
NE1 4BX
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:
https://procontract.due-north.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.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
DOOR ENTRY SYSTEM AND COMMUNAL DOOR REPLACEMENT FRAMEWORK
Reference number: DN666099
II.1.2) Main CPV code
45421131
II.1.3) Type of contract
Works
II.1.4) Short description
Home Group Ltd (HGL) is currently seeking tenders from suitably qualified and experienced installation contractors in relation to establishing a Framework to provide Door Entry System and Communal Door Replacements as part of a 5 year Planned Capital Investment Programme.
The Framework will cover England & Scotland and the regional lots can be defined as follows:-
Lot 1 – Scotland (East Scotland, West Central Scotland, South Scotland)
Lot 2 – Northern England (North East, North West, Yorkshire & Humber, East Mids, West Mids,).
Lot 3 – Southern England (East of England, Greater London, South East, South West).
Tenderers will have a choice of applying for either one or all of the regional lots. It is HGL’s intention to appoint 2 contractors per regional lot on a ranked basis. The Rank 1 contractor will be the bidding contractor who submits the highest scoring tender submission.
II.1.5) Estimated total value
Value excluding VAT:
4 750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Scotland
II.2.2) Additional CPV code(s)
42961100
45421131
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland (East Scotland, West Central Scotland, South Scotland)
II.2.4) Description of the procurement
Home Group Ltd (HGL) is currently seeking tenders from suitably qualified and experienced installation contractors in relation to establishing a Framework to provide Door Entry System and Communal Door Replacements as part of a 5 year Planned Capital Investment Programme.
It is HGL’s intention to appoint 2 contractors per regional lot on a ranked basis. The Rank 1 contractor will be the bidding contractor who submits the highest scoring tender submission.
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualitative Questions
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
1 250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
option to extend for a further 12 months to align with investment programme
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
Lot No: 2
II.2.1) Title
Lot 2 – Northern England
II.2.2) Additional CPV code(s)
42961100
45421131
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
Main site or place of performance:
Northern England (North East, North West, Yorkshire & Humber, East Mids, West Mids,).
II.2.4) Description of the procurement
Home Group Ltd (HGL) is currently seeking tenders from suitably qualified and experienced installation contractors in relation to establishing a Framework to provide Door Entry System and Communal Door Replacements as part of a 5 year Planned Capital Investment Programme.
It is HGL’s intention to appoint 2 contractors per regional lot on a ranked basis. The Rank 1 contractor will be the bidding contractor who submits the highest scoring tender submission.
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualitative Questions
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
option to extend for a further 12 months to align with investment programme
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
Lot No: 3
II.2.1) Title
Lot 3 – Southern England
II.2.2) Additional CPV code(s)
42961100
45421131
II.2.3) Place of performance
NUTS code:
UKH
UKI
UKJ
UKK
Main site or place of performance:
Southern England (East of England, Greater London, South East, South West).
II.2.4) Description of the procurement
Home Group Ltd (HGL) is currently seeking tenders from suitably qualified and experienced installation contractors in relation to establishing a Framework to provide Door Entry System and Communal Door Replacements as part of a 5 year Planned Capital Investment Programme.
It is HGL’s intention to appoint 2 contractors per regional lot on a ranked basis. The Rank 1 contractor will be the bidding contractor who submits the highest scoring tender submission.
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualitative Questions
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
option to extend for a further 12 months to align with investment programme
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
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 stated in the procurement documents
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 stated in the procurement documents
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: 6
Justification for any framework agreement duration exceeding 4 years: option to extend for a further 12 months to align with 5 year investment programme
IV.1.8) Information about 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:
04/03/2024
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:
04/03/2024
Local time: 12:00
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.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
02/02/2024