Tender

Home Group Development Construction Consultants Framework 2022

  • Home Group

F02: Contract notice

Notice identifier: 2021/S 000-028743

Procurement identifier (OCID): ocds-h6vhtk-02f7b6

Published 17 November 2021, 4:56pm



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

Email

owen.coulson@homegroup.org.uk

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