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

Home Group - Debt collection and Trace Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Home Group
Procurement, 2 Gosforth Park Way, Gosforth Business Park
For the attention of: Jacqueline Netherton
NE12 8ET Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912607637
E-mail:

Internet address(es):

Address of the buyer profile: www.housingprocurement.com

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Home Group - Debt collection and Trace Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: UK wide.

NUTS code UKD

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: 5

Duration of the framework agreement

Duration in years: 3

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

Estimated value excluding VAT:
Range: between 30 000 and 70 000 GBP
II.1.5)Short description of the contract or purchase(s)
Supported and general needs housing former tenant tracer service and debt recovery for outstanding rent arrears. This contract is split into five geographic regions. Suppliers can express an interest in one or more regions. Expressions of interest for this tender can only be via the housing procurement portal and via the completion of the issued tender documentation.
II.1.6)Common procurement vocabulary (CPV)

79714110

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Approximate value of trace and debt collection services nationally between GBP 30 000 and GBP 70 000 per annum.
Estimated value excluding VAT:
Range: between 30 000 and 70 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 6.1.2014. Completion 31.12.2017

Information about lots

Lot No: 1 Lot title: North East & Yorkshire
1)Short description
Tracer and debt collection service for North and Yorkshire properties.
2)Common procurement vocabulary (CPV)

79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: North West
1)Short description
Trace and debt collection services for North West properties.
2)Common procurement vocabulary (CPV)

79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Central and East Anglia
1)Short description
Trace and debt collection services for Central and East Anglia properties.
2)Common procurement vocabulary (CPV)

79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: South East
1)Short description
Trace and debt collection services for South East properties.
2)Common procurement vocabulary (CPV)

79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: South West
1)Short description
Trace and debt collection services for South West properties.
2)Common procurement vocabulary (CPV)

79714110

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details included in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details included in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting Authority reserves the right to require groupings of contractors to take a particular legal form, a single contractor to take primary liability or each party to undertake joint and several liability. Further information will be contained in the tender documents.
III.1.4)Other particular conditions
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: Information and formalities necessary for evaluating if requirements are met:
As specified in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As specified in the tender documentation.
Minimum level(s) of standards possibly required: As specified in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
As specified in the tender documentation.
Minimum level(s) of standards possibly required:
As specified in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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:
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: 4.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.11.2013 - 12:00
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
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
Prospective bidders are required to utilise the provision of our electronic ‘Opportunities Portal' to download and submit all documentation within the tender.

This portal can be found at: www.housingprocurement.com

Prospective bidders must log onto the site and register as a supplier. Instructions and help are available from the home page. The PQQ document will then be available for completion. Queries from bidders can also be raised within the portal where they will be answered accordingly, allowing total transparency to all other participating bidders.
The Contracting Authority reserves the right to cancel the procurement/tender process and to not make an award of the contract and does not accept any liability for costs incurred in responding to the pre-qualification questionnaire or invitation to tender. Save for any mandatory periods, the timescales indicated in this Contract Notice are approximate and the Contracting Authority reserves the right to amend the same.
Home Group is acting as a central purchasing body on behalf of itself and potentially a range of contracting authorities who will be able to access this framework. Eligible bodies include:

Home Group and any existing or future subsidiary companies (see www.homegroup.org.uk for more information on the Group);

Other Registered Providers in England (providers registered with the Homes and Communities Agency, see www.homesandcommunities.co.uk) and Social Landlords in Scotland (providers registered with the Scottish Housing Regulator, see www.scottishhousingregulator.gov.uk);

Charitable Organisations registered with the Charity Commission for England and Wales (see www.charity-commission.gov.uk ) or the Office of the Scottish Charity Regulator (see www.oscr.org.uk) whose charitable purposes include, but not are limited to, the prevention or relief of poverty; the advancement of education; the advancement of health or saving of lives; the advancement of citizenship or community development; the relief of those in need, by reason of youth, age, ill-health, disability, financial hardship or other disadvantage; and, any other purposes currently recognised as charitable and any new charitable purposes which are similar to another charitable purpose; and Social Enterprises involved in the provision of housing related services/activities or whose activities are similar to those listed above in respect of charitable organisations.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.10.2013