Section one: Contracting authority
one.1) Name and addresses
Home Group
2 Gosforth Park Way, Gosforth
Newcastle upon Tyne
NE12 8ET
Contact
Mr Owen Coulson
Telephone
+44 1915948602
Country
United Kingdom
NUTS code
UKC - North East (England)
Internet address(es)
Main address
http://www.homegroup.org.uk/Pages/default.aspx
Buyer's address
http://www.homegroup.org.uk/Pages/default.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.housingprocurement.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.housingprocurement.com/
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
Home Group Development Construction Consultants Framework 2022
Reference number
DN573391
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Home is seeking to establish a framework of suitably qualified and experienced consultants to provide both Employer’s Agent (EA) and Clerk of Works (CoW) services for new build and/or regeneration. The scope of projects may vary and may include elements of conversion, refurbishment works and supported housing projects.
In addition to the core services of EA & CoW, call-off appointments may include optional services of Principal Designer and Quantity Surveyor.
It is intended that framework call-offs will be primarily via mini tender, however a direct award mechanism will be available where pre-defined criteria are met.
The Framework will be tendered as 4 individual regional lots:
Lot 1 – North East
Lot 2 – Cumbria
Lot 3 – Yorkshire & Humberside
Lot 4 – South
To apply for each lot consultants must be able to provide both Employer’s Agent & Clerk of Works services in house.
It is our intention to appoint 5 suppliers per lot, and tenderers will be restricted to applying for a maximum of 3 lots.
Following evaluation at ITT stage, your organisation must be ranked 1–5 within the relevant lot to be appointed to the Framework Contract.
two.1.5) Estimated total value
Value excluding VAT: £8,575,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot 1 - North East
Lot No
1
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Lot 1 will be for consultant appointments to cover the North East of England for both Employer’s Agent & Clerk of Works, tenderers must be able to provide both services in house. For the purposes of this tender Home Group considers the following Local Authority areas to fall into the North-East region:
Darlington
Durham
Gateshead
Hartlepool
Middlesbrough
Newcastle
North Tyneside
Northumberland
Redcar and Cleveland
South Tyneside
Stockton
Sunderland
These Local Authority areas reflect Home's current development strategy, should development opportunities arise outside of these areas, Home Group will procure services from the most appropriate regional lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £825,000
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 number of candidates: 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
Lot 2 - Cumbria
Lot No
2
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lot 2 will be for consultant appointments to cover Cumbria for both Employer’s Agent & Clerk of Works, tenderers must be able to provide both services in house. For the purposes of this tender Home Group considers the following Local Authority areas to fall into the Cumbria region:
Allerdale
Barrow
Carlisle
Copeland
Eden
South Lakeland
This region may extend into neighbouring region of Lancashire covering:
Burnley district.
Chorley district.
Fylde district.
Hyndburn district.
Lancaster district.
Pendle district.
Preston district.
Ribble Valley district.
Wyre
Blackpool
South Ribble
Rossendale
Blackburn with Darwen
West Lancashire.
These Local Authority areas reflect Home's current development strategy, should development opportunities arise outside of these areas, Home Group will procure services from the most appropriate regional lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £510,000
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 number of candidates: 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
Lot 3 - Yorkshire and Humberside
Lot No
3
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Lot 3 will be for consultant appointments to cover the Yorkshire & Humberside (Y&H) region for both Employer’s Agent & Clerk of Works, tenderers must be able to provide both services in house. For the purposes of this tender Home Group considers the following Local Authority areas to fall into the Y&H region:
Bradford
Calderdale
Craven
East Riding
Hambleton
Harrogate
Kingston Upon Hull
Kirklees
Leeds
Richmondshire
Ryedale
Scarborough
Selby
Sheffield
York
This region may extend to cover:
Barnsley
Doncaster
Rotherham
Wakefield
These Local Authority areas reflect Home's current development strategy, should development opportunities arise outside of these areas, Home Group will procure services from the most appropriate regional lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,450,000
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 number of candidates: 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
Lot 4 - South
Lot No
4
two.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
Lot 4 will be for consultant appointments to cover the South region for both Employer’s Agent & Clerk of Works, tenderers must be able to provide both services in house. For the purposes of this tender Home Group considers the following Local Authority areas to fall into the South region:
Adur
Arun
Barking and Dagenham
Barnet
Basildon
Basingstoke and Deane
Bedford
Bexley
Bracknell Forest
Braintree
Brent
Brentwood
Bromley
Broxbourne
Buckinghamshire
Cambridge City Council
Camden
Castle Point
Central Bedfordshire District
Chelmsford
Cherwell District Council
Chichester
City of Westminster
Colchester
Crawley
Croydon
Dacorum Borough Council
Ealing
East Cambridgeshire
East Hampshire
East Hertfordshire
Eastbourne
Eastleigh
Elmbridge Borough Council
Enfield
Epping Forest
Epsom and Ewell Borough Council
Fenland
Gosport
Guildford
Hackney
Hammersmith and Fulham
Haringey
Harlow
Harrow
Hart
Havant
Havering
Hertsmere
Hillingdon
Horsham
Hounslow
Huntingdonshire
Islington
Lambeth
Lewisham
Luton
Maidstone
Maldon
Merton
Mid Sussex
Milton Keynes
Mole Valley District Council
New Forest District
Newham
North Hertfordshire
North Northamptonshire
Oxford
Peterborough
Portsmouth
Reading
Redbridge
Reigate and Banstead Borough Council
Richmond upon Thames
Rochford
Royal Borough of Greenwich
Royal Borough of Kensington and Chelsea
Royal Borough of Kingston upon Thames
Runnymede Borough Council
Rushmoor
Slough
South Cambridgeshire
South Oxfordshire
Southampton
Southend on Sea
Southwark
Spelthorne Borough Council
St Albans
Stevenage
Surrey Heath Borough Council
Sutton
Tandridge District Council
Tendring
Test Valley
Three Rivers
Thurrock
Tower Hamlets
Tunbridge Wells
Uttlesford
Vale of White Horse
Waltham Forest
Wandsworth
Watford
Waverley Borough Council
Wealden
Welwyn Hatfield
West Berkshire
West Northamptonshire
West Oxfordshire
Winchester
Windsor and Maidenhead
Woking Borough Council
Wokingham
Worthing
These Local Authority areas reflect Home's current development strategy, should development opportunities arise outside of these areas, Home Group will procure services from the most appropriate regional lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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.2.10) 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For details of Key Performance Indicators to be included within this contract, please refer to the draft contract under schedule A7. of the ITT documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
17 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Home Group reserves the right to cancel the procurement at any time and not to proceed with all or part of the contract. Home Group will not under any circumstances reimburse any expense incurred by bidders in preparing their Selection Questionnaire or tender submissions.
The Selection Questionnaire and tender documents are being made available to bidders via the procurement portal from the outset of the procurement process. However, as Home Group is following the restricted procedure to procure the contract, interested bidders are initially only required to submit a completed Selection Questionnaire by the deadline in section IV.2.2 of this notice. Only those bidders that are shortlisted for the tender stage following the Selection Questionnaire evaluation will be required to submit a tender for the contract in response to the invitation to tender.
Home Group is acting on behalf of itself and any existing or future subsidiary companies (see
www.homegroup.org.uk for more information on the Group);
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
WC2A 2LL
Country
United Kingdom