45300000
-
Building installation work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45340000
-
Fencing, railing and safety equipment installation work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45430000
-
Floor and wall covering work
45440000
-
Painting and glazing work
45442000
-
Application work of protective coatings
45450000
-
Other building completion work
45451000
-
Decoration work
45453000
-
Overhaul and refurbishment work
50700000
-
Repair and maintenance services of building installations
50710000
-
Repair and maintenance services of electrical and mechanical building installations
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
35111500
-
Fire suppression system
44221220
-
Fire doors
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45312100
-
Fire-alarm system installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45343210
-
CO2 fire-extinguishing equipment installation work
51700000
-
Installation services of fire protection equipment
79512000
-
Call centre
50000000
-
Repair and maintenance services
Main site or place of performance:
Croydon
CCHA sought 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, 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. Full details were in the contract documents.
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 £1,800,000.00. CCHA procured 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 followed a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective Service Providers were required to complete a Selection Questionnaire and its associated appendices. Following evaluation, CCHA invited shortlisted participants to subsequent stages of the process. Full details of the opportunity, process and all the requirements were in the procurement documents.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
60
Cost criterion
-
Name:
Cost
/
Weighting:
40
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.
The procurement is related to a project and/or programme financed by European Union funds:
no
The Transfer of Undertakings (Protection of Employment) Regulations are likely to apply. Bidders were advised to seek their own advice about the implications of TUPE.