By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

NEP External Materials.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NE Procurement Ltd
Cobalt Business Exchange, Cobalt Park Way, Silverlink
For the attention of: Peter Roderick
NE28 9NZ Newcastle
UNITED KINGDOM
Telephone: +44 1942826788
E-mail:
Fax: +44 1942237968

Internet address(es):

General address of the contracting authority: http://www.neprocurement.com

Address of the buyer profile: http://tenders.e-marketplaces.co.uk

Electronic access to information: http://tenders.e-marketplaces.co.uk

Electronic submission of tenders and requests to participate: http://tenders.e-marketplaces.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Durham City Homes
Lumley House, Whitfield Court, St Johns road, Meadowfield Industrial Estate
DH7 8XL County Durham
UNITED KINGDOM

Your Homes Newcastle
YHN House, Benton Park Road
NE7 7LX Newcastle Upon Tyne
UNITED KINGDOM

South Tyneside Homes
Strathmore House, 11 Rolling Mill Road, Jarrow
NE32 3DP Tyne and Weir
UNITED KINGDOM

Homes For Northumberland
Civic Centre, Renwick road, Blyth
E24 2BX Northumberland
UNITED KINGDOM

Derwentside Homes Ltd
Greengates House, Amos Drive, Greencroft Industrial Park, Stanley
DH9 7YE County Durham
UNITED KINGDOM

Home Group
2 Gosforth Park Way, Gosforth Business Park, Gosforth
NE12 8ET Newcastle Upon Tyne
UNITED KINGDOM

Fabrick Housing Group
2 Hudson Quay, Windward Way
TS2 1QG Middlesborough
UNITED KINGDOM

Cestria Housing
Bowes Offices, Lambton Park, Chester-le-Street
DH3 4AN County Durham
UNITED KINGDOM

Dale and Valley Homes
Dale and Valley House, 27 Longfield Road, South Church Enterprise Park, Bishop
DL14 6XB County Durham
UNITED KINGDOM

Tristar Homes Limited
Tristar House, Lockheed Court, Preston Farm Industrial Estate
TS18 3SH Stockton on Tees
UNITED KINGDOM

Riverside (North East)
6 Staithes, The Watermark
NE11 9SN Gateshead
UNITED KINGDOM

Coast and Country Housing Limited
14 Ennis Square, Dormanstown
TS10 5JR Redcar
UNITED KINGDOM

Housing Hartlepool
Greenbank, Stranton
TS24 7QS Hartlepool
UNITED KINGDOM

Three Rivers Housing Association
Three Rivers House, Abbeywoods Business Park, Pity Me
DH1 5TG County Durham
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
NEP External Materials.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Works are predominantly required in theNorth East and North Yorkshire regions of England with the potential for use in other areas of the UK.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1,00 and 85 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
NE Procurement (NEP), is a consortium of social housing providers located in the North East of England. NEP wish to establish a four year non-binding framework agreement for the provision of materials for external works on their properties. Materials supply will predominantly be required in the North East of England and North Yorkshire but may be required in other areas of the UK. The materials are required for works that are primarily planned maintenance and investment programmes, however it is envisaged that materials may be required for other activities.
The purpose of this procurement process is to establish a framework of materials suppliers in respect of:
Lot 1: External Wall Insulation;
Lot 2: Loft Insulation.
The works that these materials are required for are likely to include Eco & Green Deal related activities along with any similar initiatives that may arise over the period of this framework.
Suppliers may apply for one or more lots, but must be able to supply materials for all of the lot(s) applied for.
The following contracting authorities will be entitled to call off materials under the NEP Framework Agreement as and when required, along with contractors, other division and companies associated with NEP:
NEP members (both current and future) including, but not limited to:

Coast and Country www.cch-online.org.uk

Housing Hartlepool www.housinghartlepool.org.uk

Three Rivers Housing Group www.threerivershousing.co.uk

Durham City Homes www.durham.gov.uk

Dale and Valley Housing www.daleandvalleyhomes.co.uk

Your Homes Newcastle www.yhn.org.uk

South Tyneside Homes www.southtynesidehomes.org.uk

Homes for Northumberland www.hfn.uk.com

Derwentside Homes www.derwentsidehomes.co.uk

Home Group www.homegroup.org.uk

Fabrick Housing Group - consisting of Erimus Housing and Tees Valley Housing www.fabrickgroup.co.uk

Tristar Homes www.tristarhomes.co.uk

Cestria Housing www.cestria.org

Riverside www.riverside.org.uk

It is intended that the resulting Framework Agreement will be capable of being used by other Contracting Authorities in the United Kingdom. This procurement is being undertaken by NEP for the benefit of its members as set out in Annex A (without any obligation for them to participate) and for the benefit of any Social housing provider that may fall within the geographical remit of the United Kingdom.
Social housing provider for this purpose means any provider of social housing and includes registered (housing) providers, local authorities, local government ALMOs, unitary authorities and third sector organisations /registered charities.

For the purpose of this procurement, the geographical area of local authorities are identifiable by reference tothe Direct Gov website at http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm and a full list of all current Registered Providers can be found at www.homesandcommunities.co.uk.

The contracting authorities listed or referred to above have requirements predominantly within the North East and NorthYorkshire region of England including; Northumberland, Newcastle upon Tyne, Gateshead, North Tyneside, South Tyneside, Sunderland, Durham, Darlington, Hartlepool, Stockton-on-Tees, Redcar and Cleveland and Middlesbrough.
Applicants should note that, under the Framework Agreement, none of the contracting authorities that are entitled to use the Framework Agreement shall be under any obligation to do so.
Materials will be called off from this framework by contractors working on behalf of NEP members.
Expressions of interest are sought from suitably experienced and capable companies who would like to enter into the Framework Agreement. Please note that the award of the Framework Agreement will not constitute any guarantee of work.
The Frameworks entered into will be managed by neprocurement and all members and partners, either current or future, will be entitled to allow contractors working on relevant external works to call off individual contracts pursuant to the Framework Agreement.
Any such contract will be held, managed and supervised by the individual contractor making the call-off.

To register your interest in the project please e-mail us at .

Valueworks are NEP's chosen supply chain integrator and have been engaged to assist NEP in carrying out this procurement exercise.
II.1.6)Common procurement vocabulary (CPV)

44111000, 44111500, 44111510, 44111520

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Suppliers are required for the provision of materials for external works across the North East and any other areas of the UK, as required, for the following workstreams:
Lot 1 - External Wall Insulation;
Lot 2 - Loft Insulation.
The materials are to be supplied to contractors working on behalf of NEP members on externals works, to include the supply and delivery to relevant sites across the North East of England. (Delivery is only relevant to Lot 1)
The volume of material supplies identified incorporates provisions for ECO and Green Deal opportunities or any similar initiatives that may arise over the period of this framework, along with provisions for anticipated future growth of NEP.
Estimated value excluding VAT:
Range: between 1,00 and 85 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: External Wall Insulation
1)Short description
Supply and delivery of materials related to works on External Wall Insulation on NEP member properties. Full details are provided within the tender documentation.
2)Common procurement vocabulary (CPV)

44111000, 44111500, 44111510, 44111520

3)Quantity or scope
Supply and delivery of materials related to works on External Wall Insulation, primarily within the North East of England. Full details are provided within the tender documentation.
Estimated value excluding VAT:
Range: between 1,00 and 81 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Contractors are required to be able to deliver within the entire geographical spread identified and other areas of the UK where required.
Lot No: 2 Lot title: Loft Insulation
1)Short description
Supply and delivery of materials related to works on the installation of Loft Insulation in NEP member properties. Full details are provided within the tender documentation.
2)Common procurement vocabulary (CPV)

44111000, 44111500, 44111510, 44111520

3)Quantity or scope
Supply of materials related to installation works of Loft Insulation in NEP member properties, primarily within the North East of England. Full details are provided within the tender documentation.
Estimated value excluding VAT:
Range: between 1,00 and 4 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Contractors are required to be able to deliver within the entire geographical spread identified and other areas of the UK where required.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance bonds, warranties, deposits and/or parent company guarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of the financing conditions and payment arrangements will be set out in the framework documentation, the Invitation to Tender Documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of organisations submitting an acceptable offer, it will be necessary for them to provide an undertaking that each company shall be jointly and severally responsible for the due performance of any frameworks and call-off contracts entered into with NEP, its members and their contractors.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further details can be found in the tender documents
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: The information and formalities set-out in Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended), and as set out in the Invitation to Tender documents available at https://tenders.e-marketplaces.co.uk.

The ITT documentation must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: The information and formalitiesset out in Article 47 of Directive 2001/18/EC and The information and formalities set-out in Articles 45 to 50 ofDirective 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended), and as set out in the Invitation to Tender documents available at https://tenders.e-marketplaces.co.uk.

The ITT Questionnaire must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.

Minimum level(s) of standards possibly required: Please refer to the tender documents available at https://tenders.e-marketplaces.co.uk.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

The information and formalities set out in Article 48 of Directive 2004/18/EC and Regulation 25 of the PublicContracts Regulation 2006. These requirements are set out in the tender documents. A copy can be obtained from https://tenders.e-marketplaces.co.uk.

Minimum level(s) of standards possibly required:

Please refer to the tender documents available at https://tenders.e-marketplaces.co.uk.

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
VWCL1049.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.4.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.4.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
NE Procurement Ltd is a not for profit organisation benefitting procurement in the North East of England Social Housing sector. NEP was established in 2007 with ten founding members, managing in excess of 100,000 properties.
The organisation's mission is:
To provide a coordinated and innovative approach to procurement strategies for the ongoing investment, regeneration, new build and maintenance programmes across the combined stock of members with; value for money solutions for each activity, that will also deliver the required quality of product; training and employment opportunities for local people through support for industry and contractors; additional social, community and environmental benefits designed to improve the overall living conditions for local people, and the opportunity to explore future possibilities for further collaboration in areas of common activity.
NEP delivers an excellent service to members with a constant focus on the company vision:
To deliver sustainable efficiencies, and enable the provision of social and community benefits to all member organisations through collaborative procurement and related strategies.
As a consortium, clients leverage their volume and expenditure in order to achieve this vision. NEP's current membership comprises:
Coast and Country.
Housing Hartlepool.
Three Rivers Housing Group.
Durham City Homes.
Dale and Valley Homes.
Your Homes Newcastle.
South Tyneside Homes.
Homes For Northumberland.
Derwentside Homes.
Home Group.
Fabrick Housing Group (including Erimus Housing and Tees Valley Housing).
Tristar Homes.
Cestria Housing.
Riverside North East.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: NEP will incorporate a standstill period at the point that information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.3.2013