First Choice Homes Oldham is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FCHO Consultant Framework Agreement |
Notice type: | Contract Notice |
Authority: | First Choice Homes Oldham |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | FCHO and their development company New Living Homes have an ambitious development programme to deliver a minimum of 800 units by 2020 (200 of which are already under construction) and secure a pipeline of land for a forward programme to be delivered over the next 5 years. Sites will be of all tenures and mostly be situated within the Borough of Oldham. However, where good opportunities are present, development activity will move outside of the Borough, particularly for sites containing open market sale properties. Sites will range in size and nature; however the challenging conditions and topography surrounding the area will most likely be present on most sites. The programme will contain a range of property types to meet the needs of the market; these will wherever possible be developed from standard house types. The programme will contain a mix of tenures, incorporating social rent, affordable rent, PRS, shared ownership, rent to buy and outright sale. |
Published: | 31/08/2018 11:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207, Email: procurement@fcho.co.uk
Main Address: https://www.fcho.co.uk/, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UKD3
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-Oldham:-Architectural-and-related-services./5E36AM76SA
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
Other type:: Housing provider
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: FCHO Consultant Framework Agreement
Reference Number: Not provided
II.1.2) Main CPV Code:
71200000 - Architectural and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: FCHO and their development company New Living Homes have an ambitious development programme to deliver a minimum of 800 units by 2020 (200 of which are already under construction) and secure a pipeline of land for a forward programme to be delivered over the next 5 years.
Sites will be of all tenures and mostly be situated within the Borough of Oldham. However, where good opportunities are present, development activity will move outside of the Borough, particularly for sites containing open market sale properties.
Sites will range in size and nature; however the challenging conditions and topography surrounding the area will most likely be present on most sites. The programme will contain a range of property types to meet the needs of the market; these will wherever possible be developed from standard house types.
The programme will contain a mix of tenures, incorporating social rent, affordable rent, PRS, shared ownership, rent to buy and outright sale.
II.1.5) Estimated total value:
Value excluding VAT: 9,040,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Architects
Lot No: 1
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Services relating to all ‘New Build’ schemes utilising the JCT Design and Build Contract, commissioned by New Living Homes:
For works associated with refurbishment projects, services may differ slightly. The Schedule of Services and terms of Appointment will be agreed on an individual project basis for this type of project.
Similarly, for projects utilising Contract types which differ from the JCT Design and Build, the Schedule of Services and terms of Appointment will be agreed on a project specific basis.
Work Stages as Appointment, to be as follows:
(Work stages below correspond with the RIBA Plan of Works 2013)
Architecture0Strategic Definition
(Pre-Contract)1Preparation and Brief
2Concept Design
3Developed Design
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: 2,000,000
Currency: GBP
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.2.10) 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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Employers Agent
Lot No: Lot 2
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: •Advise on suitable tenderers for the build contract, appropriate for the size and nature of the project.
•Prepare tender documents in accordance with framework requirements.
•Issue tender invitations, respond to tender queries and attend tender openings.
•Attend tender interviews or assessments of quality submissions where applicable.
•Liaise with the professional team and advise on errors, omissions, exclusions, qualifications and inconsistencies between the Employer’s Requirements and the tenders received.
•Negotiate and evaluate the contract sum analysis.
•Prepare the tender report, making a recommendation to the Client.
•Prepare the Building Contract documentation, including agreeing with the Principal Contractor any amendments necessary to the Employer’s Requirements and the Contractor’s Proposals and have the contract executed and in place before commencement of the works on site.
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: 1,440,000
Currency: GBP
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.2.10) 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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Principal Designers
Lot No: Lot 3
II.2.2) Additional CPV codes:
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Principal Designer the Consultant will be expected to:
•Perform all duties required of a Designer and Principal Designer under the CDM regulations.
•Verify that ‘Designers’ have the skills, knowledge, experience and organisational capacity to undertake the services in a manner that secures the health and safety of any person affected by the project.
•Advise the Client on the need to obtain statutory approvals and to assist the Client in discharging its duties as client under the CDM Regulations.
•Receive and collate all relevant pre-construction information about the site from the Client or any consultant or third party employed by it and provide that information where required to so under the CDM Regulations to other Designers and the Principal Contractor.
•Upon request of the Client prepare a summary of the key health and safety requirements necessary for the project.
•Prepare the Health & Safety File
•Advise the Client of the procedures, organisational structure, range of consultants and others to be engaged for the project.
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: 800,000
Currency: GBP
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.2.10) 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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Structural Engineers
Lot No: 4
II.2.2) Additional CPV codes:
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: This scope of services covers Engineering services relating to FCHO schemes including;
•Refurbishment works to existing domestic properties
•Refurbishment and alteration works to existing sheltered housing accommodation
•New Build Housing
•New Build Extra Care
•New Build Supported Housing
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: 4,000,000
Currency: GBP
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.2.10) 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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Legal Services for New Build Sites
Lot No: 5
II.2.2) Additional CPV codes:
79100000 - Legal services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Services relating to Land Acquisitions
•Open market acquisitions and disposals (freehold or leasehold) of individual units, multiple units or development sites. To include;
•Carrying out a minimum of one site visit to understand the nature of the
site and any potential legal issues
•Obtaining and advising on searches, as follows;
Coal Mining
Environmental
Flood Risk
Local Authority
Title
Highways
Chancel Liability
Utilities, unless already undertaken by FCHO
•Production of the report on title, to include as a minimum;
Executive Summary
Key Issues to be addressed
Review of the property and title covering leases, transfers, rights & restrictions and access
Review of searches, highlighting any issues to be addressed which will affect or prevent development
Potential planning issues
SDLT advice
Replies to enquiries
Conclusion
Confirmation of good and marketable title
•Draft and final copies of the report on title should be provided
•Preparation, all negotiations and completion of Sale or Development Agreement
•Production of the completion statement
•Preparation and completion of the transfer or lease
•Completion of land registration with the Land Registry
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: 800,000
Currency: GBP
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.2.10) 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: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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
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
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
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
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: 08/10/2018 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 08/10/2018
Time: 12:01
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 Yes
Electronic payment will be used Yes
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.
“Under the contract the contractor and its supply chain will be required to actively participate in the achievement of social objectives relating to employment, [skills development and training] initiatives. Accordingly the contract performance conditions may relate in particular to social considerations. Further details of any such conditions will be included in the contract documents.”
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Architectural-and-related-services./5E36AM76SA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5E36AM76SA
VI.4) Procedures for review
VI.4.1) Review body:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207
Internet address: https://www.fcho.co.uk
VI.4.2) Body responsible for mediation procedures:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.5) Date Of Dispatch Of This Notice: 31/08/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207, Email: procurement@fcho.co.uk
Main Address: https://www.fcho.co.uk/, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UKD3
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.4)Type of the contracting authority:
Other type:: Housing provider
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: FCHO Consultant Framework Agreement
Reference number: Not Provided
II.1.2) Main CPV code:
71200000 - Architectural and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: FCHO and their development company New Living Homes have an ambitious development programme to deliver a minimum of 800 units by 2020 (200 of which are already under construction) and secure a pipeline of land for a forward programme to be delivered over the next 5 years.
Sites will be of all tenures and mostly be situated within the Borough of Oldham. However, where good opportunities are present, development activity will move outside of the Borough, particularly for sites containing open market sale properties.
Sites will range in size and nature; however the challenging conditions and topography surrounding the area will most likely be present on most sites. The programme will contain a range of property types to meet the needs of the market; these will wherever possible be developed from standard house types.
The programme will contain a mix of tenures, incorporating social rent, affordable rent, PRS, shared ownership, rent to buy and outright sale.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,840,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Architects
Lot No:1
II.2.2) Additional CPV code(s):
71200000 - Architectural and related services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Services relating to all ‘New Build’ schemes utilising the JCT Design and Build Contract, commissioned by New Living Homes:
For works associated with refurbishment projects, services may differ slightly. The Schedule of Services and terms of Appointment will be agreed on an individual project basis for this type of project.
Similarly, for projects utilising Contract types which differ from the JCT Design and Build, the Schedule of Services and terms of Appointment will be agreed on a project specific basis.
Work Stages as Appointment, to be as follows:
(Work stages below correspond with the RIBA Plan of Works 2013)
Architecture0Strategic Definition
(Pre-Contract)1Preparation and Brief
2Concept Design
3Developed Design
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Employers Agent
Lot No:Lot 2
II.2.2) Additional CPV code(s):
71200000 - Architectural and related services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: •Advise on suitable tenderers for the build contract, appropriate for the size and nature of the project.
•Prepare tender documents in accordance with framework requirements.
•Issue tender invitations, respond to tender queries and attend tender openings.
•Attend tender interviews or assessments of quality submissions where applicable.
•Liaise with the professional team and advise on errors, omissions, exclusions, qualifications and inconsistencies between the Employer’s Requirements and the tenders received.
•Negotiate and evaluate the contract sum analysis.
•Prepare the tender report, making a recommendation to the Client.
•Prepare the Building Contract documentation, including agreeing with the Principal Contractor any amendments necessary to the Employer’s Requirements and the Contractor’s Proposals and have the contract executed and in place before commencement of the works on site.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Principal Designers
Lot No:Lot 3
II.2.2) Additional CPV code(s):
71317210 - Health and safety consultancy services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Principal Designer the Consultant will be expected to:
•Perform all duties required of a Designer and Principal Designer under the CDM regulations.
•Verify that ‘Designers’ have the skills, knowledge, experience and organisational capacity to undertake the services in a manner that secures the health and safety of any person affected by the project.
•Advise the Client on the need to obtain statutory approvals and to assist the Client in discharging its duties as client under the CDM Regulations.
•Receive and collate all relevant pre-construction information about the site from the Client or any consultant or third party employed by it and provide that information where required to so under the CDM Regulations to other Designers and the Principal Contractor.
•Upon request of the Client prepare a summary of the key health and safety requirements necessary for the project.
•Prepare the Health & Safety File
•Advise the Client of the procedures, organisational structure, range of consultants and others to be engaged for the project.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Structural Engineers
Lot No:4
II.2.2) Additional CPV code(s):
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: This scope of services covers Engineering services relating to FCHO schemes including;
•Refurbishment works to existing domestic properties
•Refurbishment and alteration works to existing sheltered housing accommodation
•New Build Housing
•New Build Extra Care
•New Build Supported Housing
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Legal Services for New Build Sites
Lot No:5
II.2.2) Additional CPV code(s):
79100000 - Legal services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Services relating to Land Acquisitions
•Open market acquisitions and disposals (freehold or leasehold) of individual units, multiple units or development sites. To include;
•Carrying out a minimum of one site visit to understand the nature of the
site and any potential legal issues
•Obtaining and advising on searches, as follows;
Coal Mining
Environmental
Flood Risk
Local Authority
Title
Highways
Chancel Liability
Utilities, unless already undertaken by FCHO
•Production of the report on title, to include as a minimum;
Executive Summary
Key Issues to be addressed
Review of the property and title covering leases, transfers, rights & restrictions and access
Review of searches, highlighting any issues to be addressed which will affect or prevent development
Potential planning issues
SDLT advice
Replies to enquiries
Conclusion
Confirmation of good and marketable title
•Draft and final copies of the report on title should be provided
•Preparation, all negotiations and completion of Sale or Development Agreement
•Production of the completion statement
•Preparation and completion of the transfer or lease
•Completion of land registration with the Land Registry
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/01/2019
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
PRP Architects LLP
Summer Road, Surrey, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.2)
Jennings Design Associates Ltd
48 Union St, Hyde, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.3)
TADW Ltd
6 St Petersgate, Stockport, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,440,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/01/2019
V.2.2) Information about tenders
Number of tenders received: 20
Number of tenders received from SMEs: 20 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 20
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Markhams Ltd
4 Merchants Place, Liverpool, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.2)
Whiteley Eaves
Albert St, Oldham, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.3)
Wilkinson Cowan Partnership Ltd
15 Ladybridge Road, Stockport, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 720,000
Total value of the contract/lot: 720,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/01/2019
V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 15
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Whiteley Eaves
Albert St, Oldham, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.2)
Markhams
4 Merchants Place, Liverpool, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.3)
Wilkinson Cowan Partnership
15 Ladybridge Road, Cheadle, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 400,000
Total value of the contract/lot: 400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/01/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Alan Johnson Partnership LLP
1 Dale St, Liverpool, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.2)
Sutcliffe Consulting Ltd
18 Harrington St, Liverpool, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.3)
Curtins
51-55 Tithebarn St, Liverpool, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 20,000,000
Total value of the contract/lot: 20,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/01/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Walker Morris LLP
12 King St, Leeds, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.2)
Trowers & Hamlins LLP
55 Princess St, Manchester, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
Contractor (No.3)
Forbes Solicitors
4 Wellington St, Blackburn, United Kingdom
NUTS Code: UKD3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 280,000
Total value of the contract/lot: 280,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
“Under the contract the contractor and its supply chain will be required to actively participate in the achievement of social objectives relating to employment, [skills development and training] initiatives. Accordingly the contract performance conditions may relate in particular to social considerations. Further details of any such conditions will be included in the contract documents.”
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=368689956
VI.4) Procedures for review
VI.4.1) Review body
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207
Internet address: https://www.fcho.co.uk
VI.4.2) Body responsible for mediation procedures
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935207, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.5) Date of dispatch of this notice: 14/02/2019