Section one: Contracting authority
one.1) Name and addresses
Onward Group Ltd
Renaissance Court, 2 Christie Way
Manchester
M21 7QY
Contact
Lewis Sinkala
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
31216R
Internet address(es)
Main address
https://in-tendhost.co.uk/onwardhomes/aspx/Home
Buyer's address
https://in-tendhost.co.uk/onwardhomes/aspx/Home
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
Framework for the Provision of Minor Adaptations Service
Reference number
OG-P1201
two.1.2) Main CPV code
- 45262700 - Building alteration work
two.1.3) Type of contract
Works
two.1.4) Short description
Onward Group Limited (acting on behalf of itself and any current or future subsidiaries) (Onward) invite tenders from suitably qualified and experienced Tenderers in relation to entering into a framework agreement with Onward Amended (the Contract) to carry out Adaptations Works and Services (the Services) as listed within this specification and related documents.The framework will be let for a period of two (2) years with the option to extend by one (1) year totalling three (3) years maximum. The overall value of the framework is anticipated to be £2 million including extensions.The framework will be split into three (3) geographical lots: Merseyside, Greater Manchester and Lancashire. There will be up to two framework providers per lot - please refer to the lot structure document for further information.The scope of services is included within the documentation.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
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
Merseyside - General Minors
Lot No
1
two.2.2) Additional CPV code(s)
- 45262700 - Building alteration work
- 45450000 - Other building completion work
- 45453100 - Refurbishment work
- 51410000 - Installation services of medical equipment
- 45400000 - Building completion work
- 45453000 - Overhaul and refurbishment work
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Provision of an adaptations service to all Onward customers within all of the Onward Neighbourhoods across Merseyside. See Part 2 - Specification for more information.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework shall be for an initial period of two (2) years with the option to extend for one (1) year.
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
Greater Manchester - General Minors
Lot No
2
two.2.2) Additional CPV code(s)
- 45262700 - Building alteration work
- 45400000 - Building completion work
- 45453100 - Refurbishment work
- 51410000 - Installation services of medical equipment
- 45450000 - Other building completion work
- 45453000 - Overhaul and refurbishment work
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
Provision of an adaptations service to all Onward customers within all of the Onward Neighbourhoods across Greater Manchester. See Part 2 - Specification for more information.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework shall be for an initial period of two (2) years with the option to extend for one (1) year.
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 - General Minors
Lot No
3
two.2.2) Additional CPV code(s)
- 45262700 - Building alteration work
- 45400000 - Building completion work
- 45453100 - Refurbishment work
- 51410000 - Installation services of medical equipment
- 45450000 - Other building completion work
- 45453000 - Overhaul and refurbishment work
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Provision of an adaptations service to all Onward customers within all of the Onward Neighbourhoods across Lancashire. See Part 2 - Specification for more information.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework shall be for an initial period of two (2) years with the option to extend for one (1) year.
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
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 several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable
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 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 September 2023
Local time
12:00pm
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
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom