Swan Housing Association operates predominantly in the South East of England. Swan Housing Association Ltd (the Authority) is an industrial and provident society and Registered Provider. The procurement process is being led by the Authority for itself and on behalf of other members of the Swan Housing Association including:
— Swan New Homes Limited;
— Swan Commercial Services Limited;
— Vivo Support Services; and
— Hera Management Service Limited.
More specifically, it is intended that the framework will be available to the following such that each of the following will be entitled to call off contracts from the framework:
1. the Authority and all other members of the Swan Housing Association from time to time (including all subsidiary undertakings of Swan Housing Association Ltd); and
2. any entitles which fall into either of the following categories and which are permitted by the Authority to call off contracts from the framework from time to time: (a) any joint venture entities (whether companies, limited liability partnerships or otherwise) in which any member of the Swan Housing Association participates from time to time (whether as a shareholder, member or otherwise); (b) any developer or contractor which is involved in a particular project in which a member of the Swan Housing Association is also involved (for example, where a developer has received or is due to receive funding from a member of the Swan Housing Association to develop a particular scheme.
The Authority and other members of the Swan Housing Association currently develop affordable rented projects, low cost home ownership projects, intermediate rent and key worker accommodation as well as properties for sale.
The Authority wishes to procure a framework from which contracts can be called off and awarded to consultants appointed on the framework. It is envisaged such contracts will be for the provision to the Authority of consultancy services in respect of a range of new build and refurbishment works. The proposed framework agreement will be for a term of 4 years, although (for the avoidance of doubt) the duration of individual contracts called-off under the framework may extend beyond the expiry of the framework term.
It is the Authority's intention that the Consultants Framework will be divided into 6 Lots as follows:
Lot 1: Core Service Package (Quantity Surveyor and CDM Co-ordinator).
Lot 2: Full Service Package (Employers Agent, Quantity Surveyor, CDM Co-ordinator and Clerk of Works).
Lot 3: Structural Engineer.
Lot 4: Utilities and Services Engineer.
Lot 5: M&E Consultant/Engineer.
Lot 6: Valuation, Sales and Marketing Services.
Lot 7: Multi-disciplinary services (any combination or all of the following services: architectural services; quantity surveyor; CDM co-ordinator; employer's agent; mechanical and electrical consultant/engineer; structural engineer; project manager; valuation, sales and marketing services; ancillary services related to any of the foregoing services).
A prospective bidder can bid for one Lot, all Lots or any combination of Lots. A prospective bidder is only required to complete one Pre-Qualification Questionnaire (PQQ) Response even where it is bidding for more than 1 Lot. However, there will be certain sections in the PQQ that will be specific to individual Lots and that will only be applicable to the evaluation of PQQ responses for the particular Lot in question.
It is intended that the framework will be available for use by the Authority and other members of the Swan Housing Association for any consultancy services that they may require from to time. This is likely to include, but is not limited to, services that are likely to be required in relation to the Authority's development programme, under which it is expected that in excess of 500 homes per year will be developed over the next 2 years within the London area and Essex. In particular, this development programme includes large regeneration schemes based at the Authority's developments at Blackwall Reach, Poplar and Craylands in Basildon, Essex.
At this stage it is only possible to provide a very approximate, indicative value for the services that may be called off from the framework. As an estimate only, the Authority considers that the value of the services (in terms of total amounts payable to the various appointed suppliers) for each Lot for the 4 year framework term may be approximately as follows:
Lot 1: up to 1 500 000 GBP.
Lot 2: up to 1 500 000 GBP.
Lot 3: up to 1 500 000 GBP.
Lot 4: up to 750 000 GBP.
Lot 5: up to 750 000 GBP.
Lot 6: up to 4 500 000 GBP.
Lot 7: up to 4 500 000 GBP.
For the avoidance of doubt, the Authority will be under no obligation to award contracts to any or all appointed individual consultants and does not guarantee the level or value of services that will be called-off under the framework or required under any individual contract.
The Authority would like to attract consultants with extensive experience of the Registered Provider market, with a commitment to quality and customer service, and knowledge of the Home and Communities Agency design and quality standards.
Following the evaluation of tender submissions by the short-listed bidders the Authority is minded to appoint a minimum of 10 and a maximum of 12 consultants on to the framework for each individual Lot, subject to the receipt of qualifying and acceptable bids.