Section one: Contracting authority
one.1) Name and addresses
Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)
Onward Group Limited (acting on behalf of itself and any current or future subsidiaries), Renaissance Court, 2 Christie Way
Manchester
M21 7QY
Contact
Alex Brady
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
Buyer's 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
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
Asbestos Surveys - Capital, Repairs and Compliance 24 - 29
Reference number
OG-P1233
two.1.2) Main CPV code
- 71317000 - Hazard protection and control consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Onward are seeking to appoint suitably qualified, accredited and experienced contractors across 4 lots, to undertake relevant Asbestos surveys across the group, for all 3 regions.
two.1.5) Estimated total value
Value excluding VAT: £1,830,000
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
GM Capital Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 71600000 - Technical testing, analysis and consultancy services
- 71315200 - Building consultancy services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
The successful lot 1 bidder will be required to complete a combination of Targeted and Full Refurb & Demolition Surveys, along with Watching Briefs during Window & Door removals, across the Greater Manchester region.
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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2024
End date
31 October 2027
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
Merseyside Capital Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 71600000 - Technical testing, analysis and consultancy services
- 71315200 - Building consultancy services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
The successful lot 2 bidder will be required to complete a combination of Targeted and Full Refurb & Demolition Surveys, along with Watching Briefs during Window & Door removals, across the Merseyside region.
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: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2024
End date
31 October 2027
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
Lancashire Capital Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 71600000 - Technical testing, analysis and consultancy services
- 71315200 - Building consultancy services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The successful Lot 3 bidder will be required to complete a combination of Targeted and Full Refurb & Demolition Surveys, along with Watching Briefs during Window & Door removals, across the Lancashire region.
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: £320,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2024
End date
31 October 2027
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
Repairs & Compliance Surveys (All Regions)
Lot No
4
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 71600000 - Technical testing, analysis and consultancy services
- 71315200 - Building consultancy services
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The repairs team require a blend of targeted and full R&D surveys, predominantly to void properties, however surveys are required on a reactive basis from time to time. Compliance require communal reinspection surveys to properties with known ACM’s.
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: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2024
End date
31 October 2027
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 be able to demonstrate that they are capable of providing the required services to a consistently high standard. For further information on technical requirements, please see the procurement 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
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
13 June 2024
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: 1 November 2024
four.2.7) Conditions for opening of tenders
Date
13 June 2024
Local time
12:00am
Place
In-Tend e-tender portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Court of Justice
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As per procurement timetable within the ITT document.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
Cabinet Office
London
SW1A 2AS
Country
United Kingdom