Planning

Compliance Auditing & Quality Assurance Services Framework

  • Central & Cecil Housing Trust

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice identifier: 2024/S 000-007775

Procurement identifier (OCID): ocds-h6vhtk-044785

Published 12 March 2024, 8:52am



Section one: Contracting authority

one.1) Name and addresses

Central & Cecil Housing Trust

266 Waterloo Road

London

SE1 8RQ

Email

info@procurepublic.co.uk

Telephone

+44 2079225300

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ccht.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42904

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Compliance Auditing & Quality Assurance Services Framework

Reference number

PP14128

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

ProcurePublic announces the forthcoming procurement of Compliance Auditing & Quality Assurance Services Framework, which will succeed the existing 'Mechanical and Electrical Consultancy Framework'. This framework will be open to all public sector bodies as listed by the classification guide published by the Office for National Statistics (ONS).

The tender for this framework is scheduled to be released in second quarter of 2024. Further details, including the procurement timeline, evaluation criteria, and submission requirements, will be provided in the tender documentation.

Interested suppliers are encouraged to register through mytenders.co.uk for updates and notifications regarding this upcoming opportunity. Current framework appointees will be notified of the re-tender upon pending release.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71315210 - Building services consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321300 - Plumbing consultancy services
  • 71321400 - Ventilation consultancy services
  • 72224000 - Project management consultancy services
  • 79417000 - Safety consultancy services
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Compliance Auditing & Quality Assurance Services Framework will facilitate the procurement of specialised expertise and resources necessary to support public sector organisations in achieving and maintaining regulatory compliance and quality standards. These services may encompass a range of Mechanical and Electrical workstreams for:

Compliance Auditing:

Conducting thorough audits to assess compliance with relevant legislation, regulations, and standards.

Identifying areas of non-compliance and providing recommendations for corrective actions.

Reviewing policies, procedures, and practices to ensure alignment with regulatory requirements.

Quality Assurance Services:

Implementing quality management systems to enhance operational efficiency and effectiveness.

Monitoring and evaluating processes and procedures to maintain high-quality standards.

Providing training and support to personnel on quality assurance principles and practices.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.3) Estimated date of publication of contract notice

17 April 2024


Section four. Procedure

four.1) Description

four.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: 7

In the case of framework agreements, provide justification for any duration exceeding 4 years:

In accordance with the regulations as stated at the time.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.5) Scheduled date for start of award procedures

1 May 2024


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231406.

(MT Ref:231406)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit