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 Interim Asset Management Contract

  • First published: 19 June 2019
  • Last modified: 19 June 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:
Croydon Churches Housing Association
Authority ID:
AA39307
Publication date:
19 June 2019
Deadline date:
17 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CCHA is seeking expressions of interest from suitably skilled and experienced service providers to deliver works under a single integrated asset management contract. This will be a TPC 2005 (as amended) for a maximum duration of 10 years. The contract will run for an initial 5 years with the option to extend by up to a further 5 years. The works will be carried out by the contractor under an amended TPC form of contract. However, bidders should note that the terms of the contract will give the parties the ability to agree a variation to the contractual arrangements at any point during the term and enter into such other arrangements as are necessary to deliver the services through an alternative, more tax efficient contractual structure. Bidders should refer to the contract documents for further details.

The works will comprise: responsive repairs, void and planned property works, adaptations, cyclical servicing and decorations, fire stopping and related works, and electrical testing, subject to the delivery of acceptable performance levels in accordance with the KPIs. The contract may also include for the provision of call centre services. The total estimated annual budget is 2 560 000,00. CCHA is procuring an integrated model in order to achieve the efficiencies and economies of scale afforded by delivering works through a single provider.

Responsive repairs and void works will be delivered under a PPP/PPV model. Other works will be delivered via a blend of archetype, SOR and quotation based pricing.

CCHA is following a 3-stage competitive dialogue procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective service providers are required to complete a selection questionnaire and its associated appendices. Following evaluation, CCHA anticipates inviting a maximum of 6 service providers to submit dialogue solutions. Full details of this opportunity and all the requirements are in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Croydon Churches Housing Association Ltd

Norfolk House, Wellesley Road

Croydon

CR0 1LH

UK

Contact person: Fiona Lowe

E-mail: fiona@echelonconsultancy.co.uk

NUTS: UKI62

Internet address(es)

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

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

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=28377&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=28377&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 Interim Asset Management Contract

Reference number: Ech 900_1

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

CCHA is seeking expressions of interest from suitably skilled and experienced service providers to deliver works under a single integrated asset management contract. This will be a TPC 2005 (as amended) for a maximum duration of 10 years. The works will comprise: responsive repairs, void and planned property works, cyclical servicing and decorations, fire stopping and associated works, and electrical testing. The total estimated annual budget is 2 500 000,00 GBP.

CCHA is following a 3-stage competitive dialogue procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective service providers are required to complete a selection questionnaire and its associated appendices. Following evaluation, CCHA anticipates inviting a maximum of 6 service providers to submit dialogue solutions. Full details of this opportunity and all the requirements are in the procurement documents.

II.1.5) Estimated total value

Value excluding VAT: 25 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45300000

45310000

45311000

45315000

45320000

45330000

45331000

45331100

45340000

45350000

45400000

45410000

45420000

45430000

45440000

45442000

45450000

45451000

45453000

50700000

50710000

31625100

31625200

35111500

44221220

44480000

44482000

45312100

45343000

45343100

45343210

51700000

79512000

II.2.3) Place of performance

NUTS code:

UKI62


Main site or place of performance:

Croydon.

II.2.4) Description of the procurement

CCHA is seeking expressions of interest from suitably skilled and experienced service providers to deliver works under a single integrated asset management contract. This will be a TPC 2005 (as amended) for a maximum duration of 10 years. The contract will run for an initial 5 years with the option to extend by up to a further 5 years. The works will be carried out by the contractor under an amended TPC form of contract. However, bidders should note that the terms of the contract will give the parties the ability to agree a variation to the contractual arrangements at any point during the term and enter into such other arrangements as are necessary to deliver the services through an alternative, more tax efficient contractual structure. Bidders should refer to the contract documents for further details.

The works will comprise: responsive repairs, void and planned property works, adaptations, cyclical servicing and decorations, fire stopping and related works, and electrical testing, subject to the delivery of acceptable performance levels in accordance with the KPIs. The contract may also include for the provision of call centre services. The total estimated annual budget is 2 560 000,00. CCHA is procuring an integrated model in order to achieve the efficiencies and economies of scale afforded by delivering works through a single provider.

Responsive repairs and void works will be delivered under a PPP/PPV model. Other works will be delivered via a blend of archetype, SOR and quotation based pricing.

CCHA is following a 3-stage competitive dialogue procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective service providers are required to complete a selection questionnaire and its associated appendices. Following evaluation, CCHA anticipates inviting a maximum of 6 service providers to submit dialogue solutions. Full details of this opportunity and all the requirements are 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: 25 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged number of candidates: 6

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: Yes

Description of options:

The contract will run for an initial period of 5 years, with the option to extend by up to a further 5 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Bidders should note that the transfer of undertakings (protection of employment) regulations are likely to apply. Bidders should seek their own advice about the implications of TUPE.

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

Competitive dialogue

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: 17/07/2019

Local time: 12:00

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 long term contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award a contract. 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 contract.

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:

CCHA will observe a standstill period following the award of the Contract 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

17/06/2019

Coding

Commodity categories

ID Title Parent category
45442000 Application work of protective coatings Painting and glazing work
45400000 Building completion work Construction work
45300000 Building installation work Construction work
79512000 Call centre Telephone-answering services
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
45451000 Decoration work Other building completion work
45310000 Electrical installation work Building installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
45311000 Electrical wiring and fitting work Electrical installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
44221220 Fire doors Windows, doors and related items
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works
44482000 Fire-protection devices Miscellaneous fire-protection equipment
45430000 Floor and wall covering work Building completion work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
51700000 Installation services of fire protection equipment Installation services (except software)
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
45350000 Mechanical installations Building installation work
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
45450000 Other building completion work Building completion work
45453000 Overhaul and refurbishment work Other building completion work
45440000 Painting and glazing work Building completion work
45410000 Plastering work Building completion work
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

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:
fiona@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.