Tender

Responsive Repairs and Void Maintenance

  • North Star Housing Group

F02: Contract notice

Notice identifier: 2022/S 000-009558

Procurement identifier (OCID): ocds-h6vhtk-032bf1

Published 8 April 2022, 6:57pm



Section one: Contracting authority

one.1) Name and addresses

North Star Housing Group

Endeavour House, St.Marks Court

Thornaby

TS17 6QN

Contact

Kerry Hunter

Email

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

www.northstarhg.co.uk

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