Tender

Void Property Works Support Framework – North East Region

  • Home Group

F02: Contract notice

Notice identifier: 2022/S 000-034970

Procurement identifier (OCID): ocds-h6vhtk-038c5b

Published 9 December 2022, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

Home Group

2 Gosforth Park Way, Gosforth Business Park

Newcastle Upon Tyne

NE12 8ET

Contact

Mr Joe Moran

Email

joe.moran@homegroup.org.uk

Telephone

+44 1913324938

Country

United Kingdom

Region 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

www.housingprocurement.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Void Property Works Support Framework – North East Region

Reference number

DN645533

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Home Group is currently seeking tenders from suitably qualified and experienced contractors in relation to establishing a Framework to provide Void Property Refurbishment Works to support our in-house repairs DLO (HGRS) within the defined geographical management areas:-

Tyneside & Northumberland – NE1-71

Teesside & Durham – DH1-9, SR1-8, DL1-17, TS1-29

It is HGL’s intention to appoint 3 contractors to this framework on a ranked basis. The Rank 1 provider will be the provider who submits the highest scoring tender submission.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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
  • UKC - North East (England)

two.2.4) Description of the procurement

Home Group is currently seeking tenders from suitably qualified and experienced contractors in relation to establishing a Framework to provide Void Property Refurbishment Works to support our in-house repairs DLO (HGRS) within the defined geographical management areas:-

Tyneside & Northumberland – NE1-71

Teesside & Durham – DH1-9, SR1-8, DL1-17, TS1-29

It is HGL’s intention to appoint 3 contractors to this framework on a ranked basis. The Rank 1 provider will be the provider who submits the highest scoring tender submission.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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.2.10) 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.2.14) Additional information

Please note the bidding contractor ranked 4th will be awarded a ‘reserve position’ for contingency purposes only. For the avoidance of doubt, the reserve contractor will not be eligible for Direct Award call-offs under the Framework Contract unless Home Group terminate the contract with one of the ‘Primary Framework Contractors’. In which case, the Reserve Contractor upon entering into framework contract with Home Group will be appointed and therefore eligible for Framework call-offs.


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

As per Tender docs

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

As per Tender docs

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

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: 3

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

23 January 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 January 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom