Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

North East

Category Services

Type

No. of Lots 4

Status Active

Published 18th Nov 2024

Tender Details
Referenceocds-h6vhtk-04bcae
Common Procurement VocabularyArchitectural and related services
Procurement MethodOpen procedure
Value£1,345,000
More Tenders »

North East

Category Services

Type

No. of Lots 4

Status Active

Published 18th Nov 2024

Tender Details
Referenceocds-h6vhtk-04bcae
Common Procurement VocabularyArchitectural and related services
Procurement MethodOpen 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

Email

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