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

Croydon Churches Housing Association Development Manager Framework Procurement

  • First published: 11 December 2018
  • Last modified: 11 December 2018

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:
11 December 2018
Deadline date:
11 January 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Croydon Churches Housing Association is seeking expressions of interest from suitably skilled and experienced suppliers for the provision of Development Manager and Employers Agent Services under a four year Framework Agreement due to commence in March 2019.

CCHA is following a two-stage Restricted procurement procedure in accordance with the Public Contract Regulations 2015 to procure this framework. Under the first stage of the process prospective bidders are required to complete and submit a Selection Questionnaire. Following evaluation of submitted SQs CCHA anticipate shortlisting between 5 and 8 bidders to be Invited To Tender. CCHA anticipate awarding the framework to a maximum of 5.

The framework will be available to any Social Housing Provider in the United Kingdom;

Any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers,

Any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Trust, and any organisation providing a service to these bodies;

Any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and

Any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency who has entered into an Access Agreement with Croydon Churches Housing Association.

Bidders should note however, that there is no obligation on the part of any organisation here listed to join the Framework and/or call off Contracts from it.

Full details of this opportunity and the requirements are included in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Croydon Churches Housing Association Limited

6th Floor, Norfolk House, Wellesley Road

Croydon

CR0 1LH

UK

Contact person: Shelley Wood

Telephone: +44 1707339800

E-mail: shelley@echelonconsultancy.co.uk

NUTS: UKI62

Internet address(es)

Main address: https://www.ccha.biz/

Address of the buyer profile: https://www.ccha.biz/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26393&B=ECHELON


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26393&B=ECHELON


Tenders or requests to participate must be sent to the abovementioned address


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

Croydon Churches Housing Association Development Manager Framework Procurement

Reference number: F1200

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Croydon Churches Housing Association is seeking expressions of interest from suitably skilled and experienced suppliers for the provision of Development Manager and Employers Agent Services under a four year Framework Agreement due to commence in March 2019.

CCHA is following a two-stage Restricted procurement procedure in accordance with the Public Contract Regulations 2015 to procure this framework. Under the first stage of the process prospective bidders are required to complete and submit a Selection Questionnaire. Following evaluation of submitted SQs CCHA anticipate shortlisting between 5 and 8 bidders to be Invited To Tender. CCHA anticipate awarding the framework to a maximum of 5.

Full details of this opportunity and the requirements are included in the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 40 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71200000

71210000

71220000

71240000

71241000

71242000

71243000

71244000

71245000

71246000

71247000

71248000

71500000

71510000

71520000

71521000

71530000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Croydon

II.2.4) Description of the procurement

Croydon Churches Housing Association is seeking expressions of interest from suitably skilled and experienced suppliers for the provision of Development Manager and Employers Agent Services under a four year Framework Agreement due to commence in March 2019.

CCHA is following a two-stage Restricted procurement procedure in accordance with the Public Contract Regulations 2015 to procure this framework. Under the first stage of the process prospective bidders are required to complete and submit a Selection Questionnaire. Following evaluation of submitted SQs CCHA anticipate shortlisting between 5 and 8 bidders to be Invited To Tender. CCHA anticipate awarding the framework to a maximum of 5.

The framework will be available to any Social Housing Provider in the United Kingdom;

Any supply chain member of any Social Housing Provider in the United Kingdom, including direct labour organisations and suppliers,

Any national, regional or local health authority in the United Kingdom including, without limitation, any NHS Trust, and any organisation providing a service to these bodies;

Any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work; and

Any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency who has entered into an Access Agreement with Croydon Churches Housing Association.

Bidders should note however, that there is no obligation on the part of any organisation here listed to join the Framework and/or call off Contracts from it.

Full details of this opportunity and the requirements are included in the procurement documents.

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: 40 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

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:

As set out in the procurement documents.

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the procurement documents.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

IV.1.8) Information about 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: 11/01/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/01/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award a Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for this Framework.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Croydon Churches Housing Association will observe a standstill period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

07/12/2018

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71530000 Construction consultancy services Construction-related services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
71246000 Determining and listing of quantities in construction Architectural, engineering and planning services
71243000 Draft plans (systems and integration) Architectural, engineering and planning services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71510000 Site-investigation services Construction-related services
71247000 Supervision of building work Architectural, engineering and planning services
71248000 Supervision of project and documentation Architectural, engineering and planning services

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:
shelley@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.