First Choice Homes Oldham: FCHO Consultant Framework Agreement

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Oldham: Architectural and related services.
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

UK-Oldham: Architectural and related services.

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