Tender

YHG Framework Agreement for Site Remediation Works

  • Your Housing Group

F02: Contract notice

Notice identifier: 2021/S 000-012653

Procurement identifier (OCID): ocds-h6vhtk-02b8de

Published 7 June 2021, 12:05pm



The closing date and time has been changed to:

13 July 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Your Housing Group

Youggle House, 130 Birchwood Boulevard, Birchwood

Warrington

WA3 7QH

Contact

Jen Hartshorn

Email

jen.hartshorn@yourhousinggroup.co.uk

Telephone

+44 7458119089

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.yourhousinggroup.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA33473

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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.mytenders.co.uk

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

YHG Framework Agreement for Site Remediation Works

Reference number

PRO0563

two.1.2) Main CPV code

  • 45100000 - Site preparation work

two.1.3) Type of contract

Works

two.1.4) Short description

Your Housing Group wishes to establish a Framework Agreement for Site Remediation Works.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.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: 2

two.2) Description

two.2.1) Title

Works Value GBP 0 to 999,999

Lot No

1

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Land remediation works valued GBP 0 to 999,999, including removing, reducing and controlling environmental risks so the site poses no risk to health and is in a condition fit to begin development for residential properties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

Works Value GBP 1,000,000 to 4,999,999

Lot No

2

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Land remediation works valued GBP 1,000,000 to 4,999,999, including removing, reducing and controlling environmental risks so the site poses no risk to health and is in a condition fit to begin development for residential properties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

Works Value Over GBP 5,000,000

Lot No

3

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Land remediation works valued over GBP 5,000,000, including removing, reducing and controlling environmental risks so the site poses no risk to health and is in a condition fit to begin development for residential properties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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.1.2) 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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 18

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

9 July 2021

Local time

12:00pm

Changed to:

Date

13 July 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 August 2021

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

YHG has an objective to be able to offer the use of this Framework Agreement to other public bodies which has been included in the Contract Notice. The Framework Agreement will be open to use by the following entities:

(a) YHG and all other members of the YHG group from time to time;

(b) Any entity or joint venture company that YHG or any other member of its Group from time to time holds an interest in; and

(c) Other Registered Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing. Such Registered Providers will only be entitled to call off under the Framework Agreement if YHG consents.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222899.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222899)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom

Internet address

www.cedr.com