UK-Scunthorpe: Construction work.

UK-Scunthorpe: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
Ongo Homes Ltd
Ongo House, 26-30 High Street, Scunthorpe, DN15 6AT, United Kingdom
Tel. +44 1724279900, Email: Procurement@ongo.co.uk
Main Address: www.ongo.co.uk, Address of the buyer profile: www.ongo.co.uk
NUTS Code: UKE13
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Scunthorpe:-Construction-work./7GTU4626KZ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/7GTU4626KZ to the abovementioned address
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: Not provided
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: General Building, Structural & Environmental Works / Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: This tender opportunity is for the appointment of Contractors onto a multi-specialism General Building, Structural & Environmental Works / Services Framework for Ongo Homes Ltd (OH). The framework includes Lots for general building and structural works, environmental works and damp and condensation works. The works are required to tenanted and void properties but may also be required to any property managed by Ongo including communal areas and estates.

Ongo Homes Ltd is a Registered Social Landlord (RSL) currently owning and maintaining nearly 10,000 homes across the whole of the North Lincolnshire Region. Ongo Homes Ltd is wholly owned by Ongo Partnership Limited. Ongo Homes Ltd is a charitable Community Benefit Society registered under the Co-operative and Community Benefit Societies Act 2014 (Registered No 7639).
II.1.5) Estimated total value:
Value excluding VAT: 8,080,000
Currency: GBP
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: General Building/Structural Works £0-£15,000
Lot No: 1
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45223200 - Structural works.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake general building and structural works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.

This Lot is for individual projects up to £15000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The initial framework will be for 24 months. The Contracting Authority has an option to extend the duration of the framework agreement by two further 12 month periods in accordance with the terms set out in the framework agreement. The maximum duration of the framework is 48 months.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £200,000-£250,000 per annum over the initial 24 month framework or a maximum of £1,000,000 including the optional extension periods.
II.2) Description Lot No. 2

II.2.1) Title: General Building/Structural Works £15,001-£30,000
Lot No: 2
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45223200 - Structural works.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake general building and structural works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.

This Lot is for individual projects between £15001 and £30000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £200,000-£250,000 per annum over the initial 24 month framework or a maximum of £1,000,000 including the optional extension periods.
II.2) Description Lot No. 3

II.2.1) Title: General Building/Structural Works £30,001-£50,000
Lot No: 3
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45223200 - Structural works.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake general building and structural works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.

This Lot is for individual projects between £30001 and £50000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £250,000-£300,000 per annum over the initial 24 month framework or a maximum of £1,200,000 including the optional extension periods.
II.2) Description Lot No. 4

II.2.1) Title: General Building/Structural Works £50,001-£100,000
Lot No: 4
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45223200 - Structural works.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake general building and structural works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.

This Lot is for individual projects between £50001 and £100000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £250,000-£300,000 per annum over the initial 24 month framework or a maximum of £1,200,000 including the optional extension periods.
II.2) Description Lot No. 5

II.2.1) Title: General Building/Structural Works £100,001+
Lot No: 5
II.2.2) Additional CPV codes:
45211000 - Construction work for multi-dwelling buildings and individual houses.
45223200 - Structural works.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake general building and structural works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.

This Lot is for individual projects over £100000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £270,000-£300,000 per annum over the initial 24 month framework or a maximum of £1,200,000 including the optional extension periods.
II.2) Description Lot No. 6

II.2.1) Title: Environmental Works
Lot No: 6
II.2.2) Additional CPV codes:
45262640 - Environmental improvement works.
45340000 - Fencing, railing and safety equipment installation work.
45342000 - Erection of fencing.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake environmental works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,880,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £420,000-£470,000 per annum over the initial 24 month framework or a maximum of £1,880,000 including the optional extension periods.
II.2) Description Lot No. 7

II.2.1) Title: Damp and Condensation Works
Lot No: 7
II.2.2) Additional CPV codes:
45262700 - Building alteration work.
45400000 - Building completion work.

II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKE13 North and North East Lincolnshire
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: Ongo Homes (OH) has a requirement to undertake damp and condensation works to domestic properties and small to medium sized commercial properties. These properties could be tenanted or void as well as communal areas and within estates.

Full specifications are included within the tender documents. This Lot will be awarded to a maximum of five suppliers.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated spend is £120,000-£150,000 per annum over the initial 24 month framework or a maximum of £600,000 including the optional extension periods.


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

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: 35
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/08/2022 Time: 12:00

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 month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 30/08/2022
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Scunthorpe:-Construction-work./7GTU4626KZ

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/7GTU4626KZ
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 29/07/2022

Annex A