Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Integrated Asset Management Contract.

  • First published: 28 August 2014
  • Last modified: 28 August 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Croydon Churches Housing Association
Authority ID:
AA39307
Publication date:
28 August 2014
Deadline date:
02 October 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of responsive repairs, planned and refurbishment works, cyclical works, aids and adaptations, environmental works and works following fire risk assessments to stock owned or managed by Croydon Churches Housing Association.

Competitive Dialogue is being used to support the development of the cost model and the delivery of an integrated asset management approach.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Croydon Churches Housing Assoication

6th Floor, Norfolk House, Wellesley Road

Croydon

CR0 1LH

UK

Sarah Baxter

+44 1707339800

ccha@echelonconsultancy.co.uk

+44 1707339801

http://www.ccha.biz


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Integrated Asset Management Contract.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

London Boroughs of Croydon, Bromley and Sutton.



UKI22

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The provision of responsive repairs, planned and refurbishment works, cyclical works, aids and adaptations, environmental works and works following fire risk assessments to stock owned or managed by Croydon Churches Housing Association.

Competitive Dialogue is being used to support the development of the cost model and the delivery of an integrated asset management approach.

II.1.6)

Common Procurement Vocabulary (CPV)

50000000
50700000
50710000
45311100
45311000
45330000
45260000
45332200
44230000
45440000
45442110
45442100
45421100
50712000
79512000
45351000
45310000
45421151
45211310

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The estimated annual value of the repairs and maintenance works is GBP 750 000 per annum (ex VAT). The estimated value of the voids works is GBP 350 000 (ex VAT). The estimated value of planned works is GBP 750 000 (ex VAT). The estimated value of cyclical, environmental, fire upgrade works and aids and adaptations is GBP 365 000 (ex VAT). Therefore the total estimated annual value of the contract will be GBP 2 215 000 (ex VAT), or GBP 22 150 000 (ex VAT) over a full 10-year contract period

22 000 00028 000 000
GBP

II.2.2)

Options

The contract will be for an initial term of 5 years with an option to extend for a further 5 years with a break clause for non-performance

Provisional timetable for recourse to these options

60

Number of possible renewals

1

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

120

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Details of any deposits, guarantees or bonds required by the contracting authority will be set out in the Invitation to Participate in Dialogue.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details of any financial conditions and payment arrangements required by the contracting authority will be set out in the Invitation to Participate in Dialogue.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Consortium bids must state that the bidding members are a consortium. The contracting authority reserves the right to require a lead service provider to undertake primary contractual liability or to require that one or more parties are jointly and severally liable.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Under the contract, the service provider and any supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and/or environmental regeneration conditions.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 2004/18/EC. The questionnaire is available from the address given in at Section I.1 and must be returned to that address by the date stipulated at Section IV.3.4 to the address provided in the questionnaire.

III.2.2)

Economic and financial capacity


Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 2004/18/EC. The questionnaire is available from the address given in at Section I.1 and must be returned to that address by the date stipulated at Section IV.3.4 to the address provided in the questionnaire.



As stated in the pre-qualification questionnaire.


III.2.3)

Technical capacity


Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 2004/18/EC. The questionnaire is available from the address given in at Section I.1 and must be returned to that address by the date stipulated at Section IV.3.4 to the address provided in the questionnaire.



As stated in the pre-qualification questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

6

Objective criteria for choosing the limited number of candidates

As detailed in the Invitation to Participate in Dialogue.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ech572

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 02-10-2014  12:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 02-10-2014  13:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 17-10-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracting authority reserves the right not to award a contract or to award a contract for part or parts of the Programme advertised pursuant to this notice.

The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfers of Undertakings (Protection of employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractor under this procurement. The Authority's detailed requirements will be set out in the tender and contract documents.

Applicants are invited to participate in Dialogue will be expected to allocate appropriate resources to participate effectively in the Dialogue process, and therefore applicants are requested to ensure they are fully aware of the requirements and be able to commit the necessary time and resources before returning a pre-qualification questionnaire.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Cabinet Office

70 Whitehall

London

SW1A2AS

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) 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). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be 'ineffective'.

VI.4.3)

Service from which information about the lodging of appeals may be obtained


As VI.4.1 and VI.4.2




UK




VI.5)

Dispatch date of this Notice

 26-08-2014

Coding

Commodity categories

ID Title Parent category
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
44230000 Builders carpentry Structural products
79512000 Call centre Telephone-answering services
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45351000 Mechanical engineering installation works Mechanical installations
45440000 Painting and glazing work Building completion work
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings
45330000 Plumbing and sanitary works Building installation work
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45332200 Water plumbing work Plumbing and drain-laying work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ccha@echelonconsultancy.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.