Tender

Roofing Replacement Programme 2022-2027

  • Onward Group Limited (Acting on behalf of itself and any current and future subsidiaries)

F02: Contract notice

Notice identifier: 2022/S 000-010980

Procurement identifier (OCID): ocds-h6vhtk-033181

Published 28 April 2022, 3:27pm



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

Email

procurement@onward.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

National registration number

31216R

Internet address(es)

Main address

www.onward.co.uk

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