Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 30th Oct 2023

Tender Details
Referenceocds-h6vhtk-04100f
Common Procurement VocabularyHousing services
Procurement MethodOpen procedure
Value-
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 30th Oct 2023

Tender Details
Referenceocds-h6vhtk-04100f
Common Procurement VocabularyHousing services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Yvonne Dutton

Email

yvonne.dutton [at] rotherham.gov.uk

Telephone

+44 1709334165

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70475&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70475&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

23-056 Federation of Tenants

Reference number

23-056

II.1.2) Main CPV code

  • 70333000 - Housing services

II.1.3) Type of contract

Services

II.1.4) Short description

Rotherham Council are looking for providers who have the capability and capacity to deliver a successful Federation of Tenants service to the residents of Rotherham.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 70333000 - Housing services

II.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

II.2.4) Description of the procurement

The council are looking for Providers with the capability and capacity to deliver a successful Federation of Tenant Service to the tenants of Rotherham.

The contract is expected to commence on 1st April 2024 for a period of up to four years, on a 3 year plus 1 year basis.

The contract is expected to commence on 1st April 2024 for a period of up to four years, on a 3 year plus 1 year basis.

Whilst it isn’t a contractual requirement for the appointed organisation to have a physical office base in Rotherham, we expect the provider to have a strong presence within the borough, an excellent knowledge of our communities and fantastic connections with local partnership agencies.

The provider must deliver all customer facing activities from locations within Rotherham that are easily accessible to our tenants.

The Council own a number of bookable community spaces around the borough that are appropriate to support the successful delivery of the contract outcomes, should the incoming provider need to book spaces from us.

Key dates to consider

Deadline for receipt of proposed terms and conditions queries 10/11/2023

Deadline for receipt of tender queries 14/11/2023

Deadline to respond to all queries 20/11/2023 17:00

Tender return date 27/11/2023 17:00

Notification of award 20/12/2023

Standstill period 02/01/2024 – 15/01/2024

Contract commencement 01/04/2024

The Council is committed to a performance and evidence-based approach to Social Value and has partnered with the Social Value Portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible commitments against which performance (for the successful bidder) will be monitored.

The incumbent supplier of this service considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 apply to this contract.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £740,000

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

Duration in months

48

This contract is subject to renewal

No

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

20 November 2023

Local time

5:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

20 November 2023

Local time

5:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom