Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Office Facilities Management Framework

  • First published: 06 July 2023
  • Last modified: 06 July 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03df2a
Published by:
Home Group
Authority ID:
AA20038
Publication date:
06 July 2023
Deadline date:
04 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Office Repairs & Maintenance and Compliance Services

Full notice text

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: UK

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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

Office Facilities Management Framework

Reference number: DN675200

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Home Group is currently seeking tenders from suitably qualified and experienced Facilities Management (FM) Service providers in relation to establishing a Framework to provide various FM contract workstreams for our national portfolio of office premises.

The framework will be tendered as 3 separate service lots:-

Lot 1 – Repairs & Maintenance and Compliance Services

Lot 2 – Cleaning Services

Lot 3 – Waste Collection & Management Services.

Bidders can choose to apply for any and all lots depending on the services they offer.

II.1.5) Estimated total value

Value excluding VAT: 3 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Office Repairs & Maintenance and Compliance Services

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Office Repairs & Maintenance and Compliance Services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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

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

None

Lot No: 2

II.2.1) Title

Office Cleaning Services

II.2.2) Additional CPV code(s)

90910000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Office Cleaning Services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 1 750 000.00  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

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

None

Lot No: 3

II.2.1) Title

Waste Collection & Management Services.

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Waste Collection & Management Services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40%

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 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

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

None

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 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.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As per Tender Documents

III.2.2) Contract performance conditions

As per Tender 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: 3

Justification for any framework agreement duration exceeding 4 years: optional 12 months in the event of strategic directives

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: 04/08/2023

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/08/2023

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.3) Additional information

None

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

05/07/2023

Coding

Commodity categories

ID Title Parent category
90910000 Cleaning services Cleaning and sanitation services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
joe.moran@homegroup.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.