Section one: Contracting authority
one.1) Name and addresses
North Star Housing Group
Endeavour House, St.Marks Court
Thornaby
TS17 6QN
Contact
Kerry Hunter
kerry.hunter@northstarhg.co.uk
Telephone
+44 01642796327
Country
United Kingdom
NUTS code
UKC11 - Hartlepool and Stockton-on-Tees
National registration number
IP21256R
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA30788
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/northstarhg/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/northstarhg/aspx/Tenders/Current
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Responsive Repairs and Void Maintenance
Reference number
NSTAR P/REF 0025
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
North Star is looking for a principal contractor to manage and oversee contracts for Responsive Repairs and Void Maintenance.Background - North Star is not a direct labour organisation and as such all works are completed by third party contractors. Our current responsive maintenance contract is operated in a traditional way but North Star are looking to redefine our approach to repairs and are looking for innovative ideas to improve our service offering. Specification Documents have been provided to act as a basic guide to the basis of the works required but there are some areas that are open for negotiation. For clarity we are looking to award to one sole contractor to operate both of these contracts and are not looking to split them into separate lots. Replacement Kitchen and Bathroom Programme - We also have the opportunity to include our replacement programmes for Kitchens and Bathrooms. This will be discussed with shortlisted bidders during this process.
two.1.5) Estimated total value
Value excluding VAT: £19,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKC11 - Hartlepool and Stockton-on-Tees
Main site or place of performance
Thornaby, Stockton on Tees
two.2.4) Description of the procurement
North Star are looking to find a principal contractor for our responsive repairs and void maintenance contracts.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £19,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This contracts are being offered on a fixed seven year contract with the option to extend up to a maximum of a further three years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options are available around content of the contract, how works are priced and call centre handling. These will be discussed as part of the competitive dialogue process for bidders who meet our minimum criteria in Stage 1 of this ITT. Options will not be available once the final specifications are issued in Stage 2 ITT.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All information pertaining to our minimum requirements are outlined within the tender documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
KPI's documents are available as part of the tender pack.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 May 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant`s/tenderer`s risk.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom