[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 2019-06-17

[ExpireDate]: 2019-07-17

[ExternalReference]: 2019-502879

[TedReference]: 2019/S 116-283971

[TedS09F02ContractNotice]

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Croydon Churches Housing Association Limited
Norfolk House, Wellesley Road
Croydon
CR0 1LH
UK
Contact person: Fiona Lowe
Internet address(es):
Main address: 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=28377&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 Interim Asset Management Contract
Reference number:  Ech 900_1
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
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
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)

Estimated total value

Value excluding VAT: 25600000.00  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  -  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
II.2.3)

Place of performance

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 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)

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: 25600000.00  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 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:  17/07/2019
Local time:  12:00
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 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