Cameron Consulting: Stonewater Housing - Employer's Agent Framework

  Cameron Consulting has published this notice through Delta eSourcing

Notice Summary
Title: Stonewater Housing - Employer's Agent Framework
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refubishment under a design and build programme (both single and two stage tendering). The framework is being established in lots as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 5,000,000 and 7,000,000 GBP.
Published: 03/08/2016 14:26

View Full Notice

UK-Reading: Construction consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Housing Association
             3rd Floor, 100 Longwater Avenue,, Green Park Business Centre,, Reading, RG2 6GP, United Kingdom
             Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
             Contact: Cameron Consulting - Acting on behalf of Stonewater Housing Ltd
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.stonewater.org/
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Reading:-Construction-consultancy-services./8SPU25CAJ4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Stonewater Housing - Employer's Agent Framework       
      Reference Number: T10285
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refubishment under a design and build programme (both single and two stage tendering). The framework is being established in lots as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 5,000,000 and 7,000,000 GBP.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The framework is being established in lots as detailed in this notice. Tenderers may bid for all lots. However, a Single Tenderer will only be awarded a maximum of two lots in the following combinations: Any two Regional Lots, i.e. Lots 1 & 2, 2 & 3 or 1 & 3; The National Lot (Lot 4) and any other regional lot, i.e. Lot 4 & 1, 4 & 2 or 4& 3. Applicants will be required to state their “lot preference” when responding to this tender. If the Tenderer is successful in their preferred lots, then they will be excluded from their 3rd preference and so on. The Authority will not award more than two contracts to one Tenderer. It is envisaged that 4 Framework Operators will be appointed on each lot.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - Southern Region       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years.

The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and two stage tendering).

In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services.

The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The 8 (eight) top scoring Tenderers (in each lot) meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.

The framework is being established in lots as detailed in this notice. Tenderers may bid for all lots. However, a Single Tenderer will only be awarded a maximum of two lots in the following combinations: Any two Regional Lots, i.e. Lots 1 & 2, 2 & 3 or 1 & 3; The National Lot (Lot 4) and any other regional lot, i.e. Lot 4 & 1, 4 & 2 or 4& 3. Applicants will be required to state their “lot preference” when responding to this tender. If the Tenderer is successful in their preferred lots, then they will be excluded from their 3rd preference and so on. The Authority will not award more than two contracts to one Tenderer. It is envisaged that 4 Framework Operators will be appointed on each lot.

The Authority is establishing this framework on behalf of other authorities. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 8
            
      Objective criteria for choosing the limited number of candidates: The 8 (eight) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please refer to procurement documentation       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 - Western Region       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years.

The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and two stage tendering).

In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services.

The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The 8 (eight) top scoring Tenderers (in each lot) meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.

The framework is being established in lots as detailed in this notice. Tenderers may bid for all lots. However, a Single Tenderer will only be awarded a maximum of two lots in the following combinations: Any two Regional Lots, i.e. Lots 1 & 2, 2 & 3 or 1 & 3; The National Lot (Lot 4) and any other regional lot, i.e. Lot 4 & 1, 4 & 2 or 4& 3. Applicants will be required to state their “lot preference” when responding to this tender. If the Tenderer is successful in their preferred lots, then they will be excluded from their 3rd preference and so on. The Authority will not award more than two contracts to one Tenderer. It is envisaged that 4 Framework Operators will be appointed on each lot.

The Authority is establishing this framework on behalf of other authorities. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 8
            
      Objective criteria for choosing the limited number of candidates: The 8 (eight) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please refer to procurement documentation       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - Eastern & Northern Region       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years.

The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and two stage tendering).

In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services.

The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The 8 (eight) top scoring Tenderers (in each lot) meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.

The framework is being established in lots as detailed in this notice. Tenderers may bid for all lots. However, a Single Tenderer will only be awarded a maximum of two lots in the following combinations: Any two Regional Lots, i.e. Lots 1 & 2, 2 & 3 or 1 & 3; The National Lot (Lot 4) and any other regional lot, i.e. Lot 4 & 1, 4 & 2 or 4& 3. Applicants will be required to state their “lot preference” when responding to this tender. If the Tenderer is successful in their preferred lots, then they will be excluded from their 3rd preference and so on. The Authority will not award more than two contracts to one Tenderer. It is envisaged that 4 Framework Operators will be appointed on each lot.

The Authority is establishing this framework on behalf of other authorities. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 8
            
      Objective criteria for choosing the limited number of candidates: The 8 (eight) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please refer to procurement documentation       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 - National       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years.

The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes under a design and build programme (both single and two stage tendering).

In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services.

The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation.

The 8 (eight) top scoring Tenderers (in each lot) meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.

The framework is being established in lots as detailed in this notice. Tenderers may bid for all lots. However, a Single Tenderer will only be awarded a maximum of two lots in the following combinations: Any two Regional Lots, i.e. Lots 1 & 2, 2 & 3 or 1 & 3; The National Lot (Lot 4) and any other regional lot, i.e. Lot 4 & 1, 4 & 2 or 4& 3. Applicants will be required to state their “lot preference” when responding to this tender. If the Tenderer is successful in their preferred lots, then they will be excluded from their 3rd preference and so on. The Authority will not award more than two contracts to one Tenderer. It is envisaged that 4 Framework Operators will be appointed on each lot.

The Authority is establishing this framework on behalf of other authorities. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 8
            
      Objective criteria for choosing the limited number of candidates: The 8 (eight) top scoring Applicants meeting all of the Authority's minimum requirements and achieving the minimum threshold score as set out in the PQQ will be invited to tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Please refer to the procurement documentation.       


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:          
      Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015. The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The Framework Agreement and Call-Off Contract forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.          
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/09/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/10/2016       
      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 month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=212943492
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Housing Ltd
       3rd Floor, 100 Longwater Avenue,, Green Park Business Centre,, Reading, RG2 6GP, United Kingdom
       Tel. +44 1234889494, Email: tenders@cameron-consulting.co.uk
   VI.4.2) Body responsible for mediation procedures:
             Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 03/08/2016

Annex A


View any Notice Addenda

UK-Reading: Construction consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Stonewater Housing Ltd
       3rd Floor, 100 Longwater Avenue,, Green Park Business Centre,, Reading, RG2 6GP, United Kingdom
       Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
       Contact: Cameron Consulting - Acting on behalf of Stonewater Housing Ltd
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.stonewater.org/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Stonewater Ltd - Employer's Agent Framework      Reference number: T10285      
   II.1.2) Main CPV code:
      71530000 - Construction consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Stonewater Housing Ltd (“the Authority”) is establishing a framework of Employer’s Agents (EA) to support the delivery of its Development Programme comprising the construction of circa 5,000 new homes over the next 10 years. The services will include undertaking full Employer’s Agent and related services to support a delivery programme that will typically involve the construction of new homes and/or refubishment under a design and build programme (both single and two stage tendering). The framework is being established in lots as detailed in this notice. In addition, this framework will be made available to other authorities wishing to access Employer’s Agent services. The services provided will be "called-off" in accordance with the terms and conditions set out in the Framework Agreement provided with the Invitation to Tender documentation. The Framework Value is estimated between 5,000,000 and 7,000,000 GBP.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/08/2016

VI.6) Original notice reference:

   Notice Reference:    2016 - 184703   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 03/08/2016

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.14          
         Lot No: 1          
         Place of text to be modified: Additional Information          
         Instead of: The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.          
         Read: The Authority is establishing this framework on behalf of itself (including its subsidiary and group companies) and others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.14          
         Lot No: 2          
         Place of text to be modified: Additional Information          
         Instead of: The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.          
         Read: The Authority is establishing this framework on behalf of itself (including its subsidiary and group companies) and others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.14          
         Lot No: 3          
         Place of text to be modified: Additional Information          
         Instead of: The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.          
         Read: The Authority is establishing this framework on behalf of itself (including its subsidiary and group companies) and others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 4
                  
         Section Number: II.2.14          
         Lot No: 4          
         Place of text to be modified: Additional Information          
         Instead of: The Authority is establishing this framework on behalf of others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.          
         Read: The Authority is establishing this framework on behalf of itself (including its subsidiary and group companies) and others. This includes providers of social housing including without limitation any Registered Provider, local authorities and/or Arm’s-Length Management Organisations (ALMO). Such organisations will be entitled to “call-off” services under the Framework Agreement with the written consent of the Authority.
                                    
   
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=214348536


View Award Notice