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