Tender

Croydon Churches Housing Association Interim Asset Management Contract

ECHELON CONSULTANCY LTD

This public procurement record has 1 release in its history.

Tender

19 Jun 2019 at 07:31

Summary of the contracting process

The Croydon Churches Housing Association is currently seeking expressions of interest for the "Interim Asset Management Contract." This project falls within the construction industry and involves various works such as responsive repairs, electrical installations, and fire protection services, with a total estimated annual budget of £2,560,000. The procurement is in the Tender stage, with a deadline for submissions set for 17 July 2019. The contract will commence on 1 April 2020 and can extend for up to ten years. The procurement method is selective and follows a Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015.

This tender presents significant opportunities for businesses specialising in construction, maintenance, and fire safety, particularly small to medium enterprises (SMEs) and voluntary community sector enterprises (VCSEs) that meet the requisite criteria. With a focus on responsive repairs and management of asset-related works, firms offering services in building installations, electrical and plumbing works, as well as call centre operations, would be particularly well-suited to compete for this contract, enabling them to establish long-term relationships and grow their business within the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Croydon Churches Housing Association Interim Asset Management Contract

Notice Description

CCHA is seeking expressions of interest from suitably skilled and experienced Service Providers to deliver a programme of works under a single integrated asset management Contract. This will be a TPC 2005 (as amended) for a maximum duration of 10 years. It will run for an initial period of 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 proofing and related works, and electrical testing, subject to the acceptable performance of the Service Provider in respect of KPIs. The Contract may also include for the provision of call centre services. The total estimated annual budget is PS2,560,000.00 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c09e1c85-be21-4c2a-aa32-027cf8fe104d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0f0eaae4-be95-444d-870c-da1fd63a6612
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialog
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

44221220 - Fire doors

44480000 - Miscellaneous fire-protection equipment

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

45343000 - Fire-prevention installation works

45343100 - Fireproofing work

45343210 - CO2 fire-extinguishing 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

50000000 - Repair and maintenance services

50700000 - Repair and maintenance services of building installations

50710000 - Repair and maintenance services of electrical and mechanical building installations

51700000 - Installation services of fire protection equipment

79512000 - Call centre

Notice Value(s)

Tender Value
£26,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jun 20196 years ago
Submission Deadline
17 Jul 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2020 - 31 Mar 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ECHELON CONSULTANCY LTD
Contact Name
Fiona Lowe
Contact Email
fiona@echelonconsultancy.co.uk
Contact Phone
Not specified

Buyer Location

Locality
CROYDON
Postcode
CR0 1LH
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
TLI London

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-c09e1c85-be21-4c2a-aa32-027cf8fe104d-2019-06-19T08:31:22+01:00",
    "date": "2019-06-19T08:31:22+01:00",
    "ocid": "ocds-b5fd17-c09e1c85-be21-4c2a-aa32-027cf8fe104d",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "20190619083117-45191",
        "title": "Croydon Churches Housing Association Interim Asset Management Contract",
        "description": "CCHA is seeking expressions of interest from suitably skilled and experienced Service Providers to deliver a programme of works under a single integrated asset management Contract. This will be a TPC 2005 (as amended) for a maximum duration of 10 years. It will run for an initial period of 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 proofing and related works, and electrical testing, subject to the acceptable performance of the Service Provider in respect of KPIs. The Contract may also include for the provision of call centre services. The total estimated annual budget is PS2,560,000.00 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.",
        "datePublished": "2019-06-19T08:31:22+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31625100",
            "description": "Fire-detection systems"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "31625200",
                "description": "Fire-alarm systems"
            },
            {
                "scheme": "CPV",
                "id": "44221220",
                "description": "Fire doors"
            },
            {
                "scheme": "CPV",
                "id": "44480000",
                "description": "Miscellaneous fire-protection equipment"
            },
            {
                "scheme": "CPV",
                "id": "45300000",
                "description": "Building installation work"
            },
            {
                "scheme": "CPV",
                "id": "45310000",
                "description": "Electrical installation work"
            },
            {
                "scheme": "CPV",
                "id": "45311000",
                "description": "Electrical wiring and fitting work"
            },
            {
                "scheme": "CPV",
                "id": "45315000",
                "description": "Electrical installation work of heating and other electrical building-equipment"
            },
            {
                "scheme": "CPV",
                "id": "45320000",
                "description": "Insulation work"
            },
            {
                "scheme": "CPV",
                "id": "45330000",
                "description": "Plumbing and sanitary works"
            },
            {
                "scheme": "CPV",
                "id": "45331000",
                "description": "Heating, ventilation and air-conditioning installation work"
            },
            {
                "scheme": "CPV",
                "id": "45331100",
                "description": "Central-heating installation work"
            },
            {
                "scheme": "CPV",
                "id": "45340000",
                "description": "Fencing, railing and safety equipment installation work"
            },
            {
                "scheme": "CPV",
                "id": "45343000",
                "description": "Fire-prevention installation works"
            },
            {
                "scheme": "CPV",
                "id": "45343100",
                "description": "Fireproofing work"
            },
            {
                "scheme": "CPV",
                "id": "45343210",
                "description": "CO2 fire-extinguishing equipment installation work"
            },
            {
                "scheme": "CPV",
                "id": "45350000",
                "description": "Mechanical installations"
            },
            {
                "scheme": "CPV",
                "id": "45400000",
                "description": "Building completion work"
            },
            {
                "scheme": "CPV",
                "id": "45410000",
                "description": "Plastering work"
            },
            {
                "scheme": "CPV",
                "id": "45420000",
                "description": "Joinery and carpentry installation work"
            },
            {
                "scheme": "CPV",
                "id": "45430000",
                "description": "Floor and wall covering work"
            },
            {
                "scheme": "CPV",
                "id": "45440000",
                "description": "Painting and glazing work"
            },
            {
                "scheme": "CPV",
                "id": "45442000",
                "description": "Application work of protective coatings"
            },
            {
                "scheme": "CPV",
                "id": "45450000",
                "description": "Other building completion work"
            },
            {
                "scheme": "CPV",
                "id": "45451000",
                "description": "Decoration work"
            },
            {
                "scheme": "CPV",
                "id": "45453000",
                "description": "Overhaul and refurbishment work"
            },
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "50700000",
                "description": "Repair and maintenance services of building installations"
            },
            {
                "scheme": "CPV",
                "id": "50710000",
                "description": "Repair and maintenance services of electrical and mechanical building installations"
            },
            {
                "scheme": "CPV",
                "id": "51700000",
                "description": "Installation services of fire protection equipment"
            },
            {
                "scheme": "CPV",
                "id": "79512000",
                "description": "Call centre"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 25000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 26000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialog",
        "tenderPeriod": {
            "endDate": "2019-07-17T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-04-01T00:00:00+01:00",
            "endDate": "2030-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/0f0eaae4-be95-444d-870c-da1fd63a6612",
                "datePublished": "2019-06-19T08:31:22+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Additional data",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28377&B=ECHELON"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "User / Company",
                "url": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-118572",
            "name": "Echelon Consultancy Ltd",
            "identifier": {
                "legalName": "Echelon Consultancy Ltd"
            },
            "address": {
                "streetAddress": "Norfolk House, Wellesley Road",
                "locality": "Croydon",
                "postalCode": "CR0 1LH",
                "countryName": "ENG"
            },
            "contactPoint": {
                "name": "Fiona Lowe",
                "email": "fiona@echelonconsultancy.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-118572",
        "name": "Echelon Consultancy Ltd"
    }
}