Construction Contract Leads
North East
Category Services
Type
No. of Lots 4
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04bcae |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £1,345,000 |
North East
Category Services
Type
No. of Lots 4
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04bcae |
Common Procurement Vocabulary | Architectural and related services |
Procurement Method | Open procedure |
Value | £1,345,000 |
Section I: Contracting authority
I.1) Name and addresses
Home Group
One Strawberry Lane
Newcastle Upon Tyne
NE1 4BX
Contact
Mrs Laura Herbert
laura.herbert [at] homegroup.org.uk
Telephone
+44 1916079679
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
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.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
Home Group Principal Designer Services Framework
Reference number
DN748909
II.1.2) Main CPV code
- 71200000 - Architectural and related services
II.1.3) Type of contract
Services
II.1.4) Short description
Home Group is seeking to establish a Framework of suitably qualified and experienced consultants to provide Principal Designer services under Construction Design Management 2015 (PD CDM), Principal Designer services under Building Regulations (PD BR) and Client Advisor services for Building Regulations (BR) for new build and/or regeneration housing projects. The scope of projects may vary and may include elements of conversion, refurbishment works and supported housing projects.
II.1.5) Estimated total value
Value excluding VAT: £1,345,000
II.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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Framework will be tendered as 4 individual lots:
Lot 1 - North of England
• PD CDM
• Client Advisor BR
Lot 2 - South of England
• PD CDM
• Client Advisor BR
Lot 3 – Scotland
• PD CDM
Lot 4 – England
• PD BR
Applicants must be able to provide both services in-house (for lots 1 & 2) and will be required to evidence competence to do so.
It is our intention to appoint 3 suppliers per lot, and tenderers will be restricted to applying for a maximum of 2 lots, 1 of which must be lot 4. For example if applying for lot 1, you would only be permitted to also apply for lot 4, you would not be permitted to apply for lot 2 or 3. In addition, applicants may not apply to lot 4 in isolation.
II.2) Description
II.2.1) Title
Lot 1 - North of England
Lot No
1
II.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
II.2.4) Description of the procurement
Lot 1 - North of England
• PD CDM
• Client Advisor Building Regs
Applicants must be able to provide both services in-house and will be required to evidence competence to do so.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £900,000
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
II.2) Description
II.2.1) Title
Lot 2 - South of England
Lot No
2
II.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
II.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
II.2.4) Description of the procurement
Lot 2 - South of England
• PD CDM
• Client Advisor Building Regs
Applicants must be able to provide both services in-house and will be required to evidence competence to do so.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £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
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
II.2) Description
II.2.1) Title
Lot 3 – Scotland • PD CDM
Lot No
3
II.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
Lot 3 – Scotland
• PD CDM
NB – As changes to BRs do not apply in Scotland at present, only PD CDM services will be procured for this lot. Should legislation in Scotland change during the Framework period, we would seek to utilise this Framework to source the services provided competency requirements can be met.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
II.2) Description
II.2.1) Title
Lot 4 – England PD BR
Lot No
4
II.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
II.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
II.2.4) Description of the procurement
Lot 4 – England
• Principal Designer Building Regs
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £70,000
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders will be required to complete a Competency Assessment which has been designed to assist Home Group to conform with the Building Safety Act 2022 and the Building Regulations 2010 by assessing competence and conduct.
Home Group will review the information provided in response to this Competency Questionnaire in the round. If the information provided raises concerns about the bidder’s competency and ability to perform the required roles under the applicable building safety legislation and, therefore, its suitability for the framework Home Group may seek further clarification from the bidder. If the bidder is unable to satisfy Home Group on the issues raised, Home Group may exclude the bidder from the procurement process.
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.1.3) 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: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
19 December 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
19 December 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.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.
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);
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
London
WC2A 2LL
Country
United Kingdom