[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 17-06-2019

[ExpireDate]: 17-07-2019

[ExternalReference]: 2019-502879

[TedReference]: 2019/S 116-283971

[TedS09F02ContractNotice]

Udbudsbekendtgørelse

Direktiv 2014/24/EU

Del I: Ordregivende myndighed

I.1)

Navn og adresser

Croydon Churches Housing Association Limited
Norfolk House, Wellesley Road
Croydon
CR0 1LH
UK
Kontaktperson: Fiona Lowe
Internetadresse(r):
Overordnet internetadresse: https://www.ccha.biz/

I.3)

Kommunikation

Udbudsmaterialet er gratis, ubegrænset og fuldt tilgængeligt på:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28377&B=ECHELON
Yderligere oplysninger fås på
den ovennævnte adresse:  
Bud eller ansøgninger om deltagelse skal sendes
Bud eller ansøgninger om deltagelse skal sendes
til den ovennævnte adresse
I.4)

Type ordregivende myndighed

Offentligretligt organ
I.5)

Hovedaktivitet

Boliger og offentlige faciliteter

Del II: Genstand

II.1)

Udbuddets omfang

II.1.1)

Betegnelse

Croydon Churches Housing Association Interim Asset Management Contract
Sagsnr.:  Ech 900_1
II.1.2)

Hoved-CPV-kode

50000000  - 
II.1.3)

Kontrakttype

Bygge- og anlægsarbejder
II.1.4)

Kort beskrivelse

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
CCHA is following a three-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)

Anslået samlet værdi

Værdi eksklusive moms: 25600000.00  GBP
II.1.6)

Oplysninger om delkontrakter

Kontrakten er opdelt i delkontrakter: nej
II.2)

Beskrivelse

II.2.2)

Supplerende CPV-kode(r)

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)

Udførelsessted

Hovedudførelsessted:  
Croydon
II.2.4)

Beskrivelse af udbuddet

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 three-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)

Tildelingskriterier

Prisen er ikke det eneste tildelingskriterium og alle kriterier er udelukkende anført i udbudsdokumenterne
II.2.6)

Anslået værdi

Værdi eksklusive moms: 25600000.00  GBP
II.2.7)

Varighed af kontrakten, rammeaftalen eller det dynamiske indkøbssystem

Varighed i måneder: 120
Denne kontrakt kan forlænges: nej
II.2.9)

Oplysning om begrænsningen af antallet af ansøgere, der vil blive opfordret til at afgive bud eller deltage

Forventet antal ansøgere: 6
Objektive kriterier for valg af det begrænsede antal ansøgere:
As set out in the procurement documents.
II.2.10)

Oplysninger om alternative tilbud

Alternative tilbud vil blive taget i betragtning: nej
II.2.11)

Oplysninger om optioner

Optioner: ja
Beskrivelse af optioner:
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)

Oplysninger om EU-midler

Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14)

Yderligere oplysninger

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.

Del III: Juridiske, økonomiske, finansielle og tekniske oplysninger

III.1)

Betingelser for deltagelse

III.1.1)

Egnethed til at udøve en erhvervsaktivitet, herunder krav om optagelse i erhvervs- eller handelsregistre

Liste over og kort beskrivelse af betingelser:  As set out in the procurement documents.
III.1.2)

Økonomisk og finansiel kapacitet

Udvælgelseskriterier som angivet i udbudsmaterialet
III.1.3)

Teknisk og faglig kapacitet

Udvælgelseskriterier som angivet i udbudsmaterialet
III.2)

Kontraktbetingelser

III.2.2)

Kontraktudførelsesvilkår

As set out in the procurement documents.
III.2.3)

Oplysninger om de medarbejdere, der er ansvarlige for kontraktens udførelse

Krav om at anføre navne på og faglige kvalifikationer for de medarbejdere, der skal udføre kontrakten

Del IV: Procedure

IV.1)

Beskrivelse

IV.1.1)

Proceduretype

Konkurrencepræget dialog
IV.1.8)

Oplysninger om GPA-aftalen om offentlige udbud

Dette udbud er omfattet af GPA-aftalen : nej
IV.2)

Administrative oplysninger

IV.2.2)

Frist for modtagelse af bud eller ansøgninger om deltagelse

Dato:  17-07-2019
Tidspunkt:  12:00
IV.2.4)

Sprog, der må benyttes ved afgivelse af tilbud eller ansøgninger om deltagelse

[Language_EN]
IV.2.6)

Minimumsperiode, i hvilken den bydende er forpligtet af sit bud

Varighed i måneder : 6  (fra den anførte dato for modtagelse af bud)

Del VI: Supplerende oplysninger

VI.1)

Oplysninger om gentagelse

Dette er et tilbagevendende offentligt indkøb:  nej
VI.3)

Yderligere oplysninger

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)

Klageprocedurer

VI.4.1)

Organ med ansvar for klageprocedurerne

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Organ med ansvar for mæglingsprocedurerne

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.3)

Klageprocedure

Præcise oplysninger om klagefrist(er): 
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)

Tjeneste, hvor der kan fås oplysninger om klageproceduren

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK