Section one: Contracting authority
one.1) Name and addresses
Onward Group Limited (Acting on behalf of itself and any current and future subsidiaries)
Renaissance Court, 2 Christie Way, Manchester, M21 7QY
Manchester
Contact
Chris Conway
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
31216R
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/onwardhomes/aspx/Home
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/onwardhomes/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
https://in-tendhost.co.uk/onwardhomes/aspx/Home
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
Roofing Replacement Programme 2022-2027
Reference number
OG-P1118
two.1.2) Main CPV code
- 45261212 - Roof-slating work
two.1.3) Type of contract
Works
two.1.4) Short description
Onward Group Limited is one of the largest registered providers of social housing based solely in the North West of England with 35,000 homes across Merseyside, Lancashire, Greater Manchester and Cheshire.Onward are seeking to appoint suitably qualified accredited and experienced contractors to undertake the relevant planned replacement of roof coverings and reactive repairs to roof coverings across the Group for Greater Manchester, Lancashire and Merseyside.The contract will be divided into four Lots based on geography and type of works required. The total estimated value of the contract is approximately £7,000,000.00 across all Lots.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Planned Supply and Fit - Merseyside and Lancashire
Lot No
1
two.2.2) Additional CPV code(s)
- 45261210 - Roof-covering work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Planned Supply and Fit - Merseyside and Lancashire
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: £1,775,986
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Planned Supply and Fit - Greater Manchester
Lot No
2
two.2.2) Additional CPV code(s)
- 45261210 - Roof-covering work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Planned Supply and Fit - Greater Manchester
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: £2,732,994
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Repairs Reactive Supply and Fit - All Regions
Lot No
3
two.2.2) Additional CPV code(s)
- 45261210 - Roof-covering work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Repairs Reactive Supply and Fit - All Regions
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Planned and Reactive Supply and Fit - Flat Roofs All Regions
Lot No
4
two.2.2) Additional CPV code(s)
- 45261210 - Roof-covering work
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Planned and Reactive Supply and Fit - Flat Roofs All Regions
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: £657,656
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Contractors should have the below or comparable industry recognised third party accreditations;
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
30 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 17 September 2022
four.2.7) Conditions for opening of tenders
Date
30 May 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Under the Public Services Social Value Act 2012, the Contracting Authority must consider:(a) how what is proposed to be procured might improve the economic, social and environmental wellbeing of the area where it exercises its functions and,(b) how, in conducting the process of procurement, it might act with a view to securing that improvement, accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental wellbeing.These priorities are described in the procurement document.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales and, Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales and, Royal Courts of Justice
Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom