Contract notice

Information

Published

Date of dispatch of this notice: 26/04/2019

Expire date: 29/05/2019

External Reference: 2019-563475

TED Reference: 2019/S 084-200655

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: Fiona Lowe
Telephone: +44 707339800
Internet address(es):
Main address: https://www.ccha.biz/
Address of the buyer profile: https://www.ccha.biz/

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=27136&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 Estate Services Contracts
Reference number:  Ech 900-2
II.1.2)

Main CPV code

90910000  -  Cleaning 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 estate services under two Lots: Lot 1 is for cleaning and grounds maintenance services; Lot 2 is for bulk waste collection. These will each be delivered TPC 2005 (as amended) Contracts for a maximum of 10 years: they will each run for an initial 5-year Term with the option to extend by up to a further 5 years.
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 anticipates shortlisting 5 bidders per Lot to be Invited To Tender but reserves the right to increase this number by 1 or 2 per Lot. Full details of this opportunity and the requirements are included in the procurement documents.
II.1.5)

Estimated total value

Value excluding VAT: 2709564.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Estate Services
Lot No:  1
II.2.2)

Additional CPV code(s)

77314000  -  Grounds maintenance services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
77211300  -  Tree-clearing services
77211400  -  Tree-cutting services
77211500  -  Tree-maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Croydon
II.2.4)

Description of the procurement

This Lot is for the provision of cleaning and grounds maintenance services to CCHA's estates under a 10-year TPC 2005 (as amended). The estimated annual value of this Lot is £254,000. Full details of the opportunity and requirements are set out 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: 254000.00  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: 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: 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

It is likely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will apply.
II.2)

Description

II.2.1)

Title

Lot 2 - Bulk waste collection
Lot No:  2
II.2.2)

Additional CPV code(s)

77314000  -  Grounds maintenance services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90500000  -  Refuse and waste related services
90511000  -  Refuse collection services
II.2.3)

Place of performance

Main site or place of performance:  
Croydon
II.2.4)

Description of the procurement

This Lot is for the provision of bulk refuse collection services across CCHA's estates under a 10-year TPC 2005 (as amended). The estimated annual value of this Lot is £17,000.00. Full details of the opportunity and requirements are set out 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: 17000.00  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: 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: 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

It is likely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will apply.

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.1.8)

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:  29/05/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/06/2019
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 either 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 these Contracts.
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 Contracts 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