Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2018

Expire date: 18/01/2019

External Reference: 2018-545201

TED Reference: 2018/S 238-543887

Contract notice

Contract notice

Directive 2014/24/EU

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
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 submitted
Tenders or requests to participate must be submitted
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  -  Architectural, construction, engineering and inspection services
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: 40000000.00  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  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71241000  -  Feasibility study, advisory service, analysis
71242000  -  Project and design preparation, estimation of costs
71243000  -  Draft plans (systems and integration)
71244000  -  Calculation of costs, monitoring of costs
71245000  -  Approval plans, working drawings and specifications
71246000  -  Determining and listing of quantities in construction
71247000  -  Supervision of building work
71248000  -  Supervision of project and documentation
71500000  -  Construction-related services
71510000  -  Site-investigation services
71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
II.2.3)

Place of performance

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: 40000000.00  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  /  Maximum number: 8
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the 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

English
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