Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 5th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df2a
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,500,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 5th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df2a
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,500,000

Section I: Contracting authority

I.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 [at] homegroup.org.uk

Telephone

+44 1913324938

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.homegroup.org.uk/Pages/default.aspx

Buyer's address

http://www.homegroup.org.uk/Pages/default.aspx

I.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

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

www.housingprocurement.com

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Office Facilities Management Framework

Reference number

DN675200

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Home Group is currently seeking tenders from suitably qualified and experienced Facilities Management (FM) Service providers in relation to establishing a Framework to provide various FM contract workstreams for our national portfolio of office premises.

The framework will be tendered as 3 separate service lots:-

Lot 1 – Repairs & Maintenance and Compliance Services

Lot 2 – Cleaning Services

Lot 3 – Waste Collection & Management Services.

Bidders can choose to apply for any and all lots depending on the services they offer.

II.1.5) Estimated total value

Value excluding VAT: £3,500,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

II.2.1) Title

Office Repairs & Maintenance and Compliance Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

II.2.4) Description of the procurement

Office Repairs & Maintenance and Compliance Services

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £1,250,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

option to extend for a further 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

None

II.2) Description

II.2.1) Title

Office Cleaning Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

II.2.4) Description of the procurement

Office Cleaning Services

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £1,750,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

None

II.2) Description

II.2.1) Title

Waste Collection & Management Services.

Lot No

3

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

II.2.4) Description of the procurement

Waste Collection & Management Services.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

II.2.6) Estimated value

Value excluding VAT: £500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

option to extend for a further 12 months

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

None


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 Documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per Tender Documents

III.2.2) Contract performance conditions

As per Tender Documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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:

optional 12 months in the event of strategic directives

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 August 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

4 August 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

None

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom