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 Award Notice

FCHO Consultant Framework Agreement

  • First published: 20 February 2019
  • Last modified: 20 February 2019

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:
First Choice Homes Oldham
Authority ID:
AA21810
Publication date:
20 February 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Services relating to all “New Build” schemes utilising the JCT Design and Build Contract, commissioned by New Living Homes:

For works associated with refurbishment projects, services may differ slightly. The Schedule of Services and terms of Appointment will be agreed on an individual project basis for this type of project.

Similarly, for projects utilising Contract types which differ from the JCT Design and Build, the Schedule of Services and terms of Appointment will be agreed on a project specific basis.

Work Stages as Appointment, to be as follows:

(Work stages below correspond with the RIBA Plan of Works 2013)

Architecture

0) Strategic Definition (Pre-Contract);

1) Preparation and Brief;

2) Concept Design;

3) Developed Design.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

First Choice Homes Oldham

First Place, 22 Union St

Oldham

OL1 1BE

UK

Telephone: +44 1613935207

E-mail: procurement@fcho.co.uk

NUTS: UKD3

Internet address(es)

Main address: https://www.fcho.co.uk/

Address of the buyer profile: https://www.delta-esourcing.com

I.4) Type of the contracting authority

Other: Housing provider

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FCHO Consultant Framework Agreement

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

FCHO and their development company New Living Homes have an ambitious development programme to deliver a minimum of 800 units by 2020 (200 of which are already under construction) and secure a pipeline of land for a forward programme to be delivered over the next 5 years.

Sites will be of all tenures and mostly be situated within the Borough of Oldham. However, where good opportunities are present, development activity will move outside of the Borough, particularly for sites containing open market sale properties.

Sites will range in size and nature; however the challenging conditions and topography surrounding the area will most likely be present on most sites. The programme will contain a range of property types to meet the needs of the market; these will wherever possible be developed from standard house types.

The programme will contain a mix of tenures, incorporating social rent, affordable rent, PRS, shared ownership, rent to buy and outright sale.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 4 840 000.00  GBP

II.2) Description

Lot No: Lot 2

II.2.1) Title

Employers Agent

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Greater Manchester.

II.2.4) Description of the procurement

— advise on suitable tenderers for the build contract, appropriate for the size and nature of the project,

— prepare tender documents in accordance with framework requirements,

— issue tender invitations, respond to tender queries and attend tender openings,

— attend tender interviews or assessments of quality submissions where applicable,

— liaise with the professional team and advise on errors, omissions, exclusions, qualifications and inconsistencies between the Employer’s Requirements and the tenders received,

— negotiate and evaluate the contract sum analysis,

— prepare the tender report, making a recommendation to the client,

— prepare the Building Contract documentation, including agreeing with the Principal Contractor any amendments necessary to the Employer’s Requirements and the Contractor’s Proposals and have the contract executed and in place before commencement of the works on site.

II.2.5) Award criteria

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

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

Lot No: Lot 3

II.2.1) Title

Principal Designers

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Greater Manchester.

II.2.4) Description of the procurement

Principal Designer the Consultant will be expected to:

— perform all duties required of a Designer and Principal Designer under the CDM regulations,

— verify that “Designers” have the skills, knowledge, experience and organisational capacity to undertake the services in a manner that secures the health and safety of any person affected by the project,

— advise the client on the need to obtain statutory approvals and to assist the client in discharging its duties as client under the CDM Regulations,

— receive and collate all relevant pre-construction information about the site from the client or any consultant or third party employed by it and provide that information where required to so under the CDM Regulations to other Designers and the Principal Contractor,

— upon request of the Client prepare a summary of the key health and safety requirements necessary for the project,

— prepare the Health and Safety File,

— advise the Client of the procedures, organisational structure, range of consultants and others to be engaged for the project.

II.2.5) Award criteria

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

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

Lot No: 1

II.2.1) Title

Architects

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Greater Manchester.

II.2.4) Description of the procurement

Services relating to all “New Build” schemes utilising the JCT Design and Build Contract, commissioned by New Living Homes:

For works associated with refurbishment projects, services may differ slightly. The Schedule of Services and terms of Appointment will be agreed on an individual project basis for this type of project.

Similarly, for projects utilising Contract types which differ from the JCT Design and Build, the Schedule of Services and terms of Appointment will be agreed on a project specific basis.

Work Stages as Appointment, to be as follows:

(Work stages below correspond with the RIBA Plan of Works 2013)

Architecture

0) Strategic Definition (Pre-Contract);

1) Preparation and Brief;

2) Concept Design;

3) Developed Design.

II.2.5) Award criteria

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

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

Lot No: 4

II.2.1) Title

Structural Engineers

II.2.2) Additional CPV code(s)

71312000

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Greater Manchester.

II.2.4) Description of the procurement

This scope of services covers Engineering services relating to FCHO schemes including:

— refurbishment works to existing domestic properties,

— refurbishment and alteration works to existing sheltered housing accommodation,

—new Build Housing,

— new Build Extra Care,

— new Build Supported Housing.

II.2.5) Award criteria

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

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

Lot No: 5

II.2.1) Title

Legal Services for New Build Sites

II.2.2) Additional CPV code(s)

79100000

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

Greater Manchester.

II.2.4) Description of the procurement

Services relating to Land Acquisitions

— open market acquisitions and disposals (freehold or leasehold) of individual units, multiple units or development sites. To include:

— carrying out a minimum of one site visit to understand the nature of the site and any potential legal issues

— obtaining and advising on searches, as follows:

—— coal mining,

—— environmental,

—— flood risk,

—— local authority,

—— title,

—— highways,

—— chancel liability,

—— utilities, unless already undertaken by FCHO,

— production of the report on title, to include as a minimum:

—— executive summary,

—— key issues to be addressed,

—— review of the property and title covering leases, transfers, rights and restrictions and access,

—— review of searches, highlighting any issues to be addressed which will affect or prevent development,

—— potential planning issues,

—— SDLT advice,

—— replies to enquiries,

—— conclusion,

—— confirmation of good and marketable title,

— draft and final copies of the report on title should be provided,

— preparation, all negotiations and completion of Sale or Development Agreement,

— production of the completion statement,

— preparation and completion of the transfer or lease,

— completion of land registration with the Land Registry.

II.2.5) Award criteria

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/01/2019

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

PRP Architects LLP

Summer Road

Surrey

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jennings Design Associates Ltd

48 Union St

Hyde

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TADW Ltd

6 St Petersgate

Stockport

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 440 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/01/2019

V.2.2) Information about tenders

Number of tenders received: 20

Number of tenders received from SMEs: 20

Number of tenders received by electronic means: 20

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Markhams Ltd

4 Merchants Place

Liverpool

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Whiteley Eaves

Albert St

Oldham

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wilkinson Cowan Partnership Ltd

15 Ladybridge Road

Stockport

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 720 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/01/2019

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Whiteley Eaves

Albert St

Oldham

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Markhams

4 Merchants Place

Liverpool

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wilkinson Cowan Partnership

15 Ladybridge Road

Cheadle

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/01/2019

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Alan Johnson Partnership LLP

1 Dale St

Liverpool

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sutcliffe Consulting Ltd

18 Harrington St

Liverpool

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Curtins

51–55 Tithebarn St

Liverpool

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 20 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/01/2019

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Walker Morris LLP

12 King St

Leeds

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Trowers and Hamlins LLP

55 Princess St

Manchester

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Forbes Solicitors

4 Wellington St

Blackburn

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 280 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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.

“Under the contract the contractor and its supply chain will be required to actively participate in the achievement of social objectives relating to employment (skills development and training) initiatives. Accordingly the contract performance conditions may relate in particular to social considerations. Further details of any such conditions will be included in the contract documents”.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368689956

GO Reference: GO-2019214-PRO-14078532.

VI.4) Procedures for review

VI.4.1) Review body

First Choice Homes Oldham

First Place, 22 Union St

Oldham

OL1 1BE

UK

Telephone: +44 1613935207

Internet address(es)

URL: https://www.fcho.co.uk

VI.4.2) Body responsible for mediation procedures

First Choice Homes Oldham

First Place, 22 Union St

Oldham

OL1 1BE

UK

E-mail: procurement@fcho.co.uk

Internet address(es)

URL: https://www.fcho.co.uk

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

First Choice Homes Oldham

First Place, 22 Union St

Oldham

OL1 1BE

UK

Telephone: +44 1613935207

E-mail: procurement@fcho.co.uk

Internet address(es)

URL: https://www.fcho.co.uk

VI.5) Date of dispatch of this notice

14/02/2019

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
71312000 Structural engineering consultancy services Consultative engineering and construction 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:
procurement@fcho.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.