Section one: Contracting authority
one.1) Name and addresses
Onward Group Ltd (acting on behalf of itself and any current or future subsidiaries)
Renaissance House, 2 Christie Way, Disdbury
Manchester
M21 7QY
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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 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://www.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
Complex and Disrepairs Framework
Reference number
OG-P1039
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
A Sole source framework to undertake disrepair and planned complex repairs, predominantly in the Merseyside region, with occasional works in Manchester and Lancashire.The framework term is 4 years with no option to extend with an estimated value of £1m of appointed works per annum
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
- UKD - North West (England)
two.2.4) Description of the procurement
Onward are seeking to appoint a single suitably qualified, accredited, and experienced contractor on a sole source framework to undertake all instructed works as a managed package across the defined areas. For the avoidance of doubt the works will be predominantly to the Merseyside Region however there may be an occasional requirement to attend properties in the Greater Manchester City Region and Lancashire Region.The anticipated total value range of the framework is between £1,000,000 per annum. The framework will be for the provision of a managed service covering several different types of repair work including, but not limited to, the following works within the boundaries of the contract area. Complex Repairs (ie. roof replacement, lead roof replacement, stonework repairs, lead gutter replacement, damp remediation works etc)Typical Domestic Property Repairs (ie plastering, joinery and decoration)The Framework will be let for a period of four (4) years with no option to extend (the Term).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2022
End date
31 January 2026
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
Repairs that are carried out under the requirements of Section 11 of The Landlord and Tenant Act 1985
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
Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment, training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
11 October 2021
Local time
11:00am
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: 8 April 2022
four.2.7) Conditions for opening of tenders
Date
11 October 2021
Local time
11:05am
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 well-being of the area where it exercises its functions; andb) 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 well-being. These priorities are described in the procurement documents.
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 Courts of Justcice
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
London
SW1A 2AS
Country
United Kingdom