Maritime and Coastguard Agency: Provision of Property Professional Services

  Maritime and Coastguard Agency has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Property Professional Services
Notice type: Contract Notice
Authority: Maritime and Coastguard Agency
Nature of contract: Services
Procedure: Open
Short Description: MCA invites tenders for the provision of property professional services and it is intended that the successful Vendors will be responsible for all estate and works matters in relation to MCA properties throughout the contract area.
Published: 02/08/2018 11:54

View Full Notice

UK-Southampton: Non-residential property services.
Section I: Contracting Authority
      I.1) Name and addresses
             Maritime and Coastguard Agency
             Spring Place - 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
             Tel. +44 2038172328, Email: contracts@mcga.gov.uk
             Contact: Kathleen Monk
             Main Address: https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.gov.uk/contracts-finder
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Property Professional Services       
      Reference Number: TCA 3/7/1066
      II.1.2) Main CPV Code:
      70332000 - Non-residential property services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: MCA invites tenders for the provision of property professional services and it is intended that the successful Vendors will be responsible for all estate and works matters in relation to MCA properties throughout the contract area.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      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: England & Wales Property Professional Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: England and Wales Setting Up Period:

Liaise with MCA on handover of records.
Collation and Analysis of Estate Data
Liaise with Incumbent Contractors
Liaise with MCA on Policies and Procedures
Liaise with MCA on Estate Plans

England & Wales Operational Period – Regular and Periodic Duties:

Contractor Liaison
Ad-hoc Inspections and FMR update
Subcontractors
Works & Project Management
Planning Supervisory Duties
Feasibility Studies, Pre-Lease Surveys, Asbestos Surveys, Compliance Survey, Structural Surveys, Building Research Establishment Environmental Assessment Method (BREEAM) Assessments and Other
Planning Applications
Construction Design Management (CDM)
Reporting arrangements
Handover Arrangements
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 38       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: The contract(s) will commence with an initial setting-up period of approximately 8 weeks from late October 2018 to 31 December 2018. The general management period will run for a period of 36 months from 1 January 2019 to 31 December 2021. The MCA may extend the contract for a further 24 month period subject to satisfactory performance of the vendor.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Scotland & Northern Ireland Property Professional Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Scotland & Northern Ireland - Setting Up Period
Briefing - Liaise with MCA on handover of records
Collation and Analysis of Estate Data
Liaise with Incumbent Contractors
Liaise with MCA on Policies and Procedures
Liaise with MCA on Estate Plans

Scotland and Northern Ireland - Operational Period:
Scotland and Northern Ireland Professional Expertise
Contractor Liaison
Ad-hoc Inspections and FMR update
Subcontractors
Works & Project Management
Planning Supervisory Duties
Feasibility Studies
Pre-Lease Surveys
Asbestos Surveys
Compliance Survey
Structural Surveys
Building Research Establishment Environmental Assessment Method (BREEAM) Assessments and Other
Planning Applications
Construction Design Management (CDM)
Reporting arrangements
Handover Arrangements
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 38       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: The contract(s) will commence with an initial setting-up period of approximately 8 weeks from late October 2018 to 31 December 2018. The general management period will run for a period of 36 months from 1 January 2019 to 31 December 2021. The MCA may extend the contract for a further 24 month period subject to satisfactory performance of the vendor.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Property Management       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Property Management - Setting Up Period:
Briefing - Liaise with MCA on handover of records
Collation and Analysis of Estate Data
Liaise with Incumbent Contractors
Liaise with MCA on Policies and Procedures
Liaise with MCA on Estate Plans

Property Management - Operational Period:
Acquisitions
Disposals
Landlord/Tenant Relationships
Landlord’s Consents
Planning Applications
Neighbourly Matters
Service Charges and Insurances
Insurance Claims
Commercial Sub-Tenants
Annual Dilapidation Liability
Dilapidations – Advising and negotiating on terminal dilapidations as required.
Contingent Liabilities – As required.
Rating – Advise on rating matters as required.
Rent Reviews - As required.
Lease Renewals - As required.
Lease Breaks and Other Options - As required
Rent Management
Revaluation of the Estate
Contractor Liaison
Reporting arrangements
Rationalising Title and Payment Obligations
Handover Arrangements
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 38       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: The contract(s) will commence with an initial setting-up period of approximately 8 weeks from late October 2018 to 31 December 2018. The general management period will run for a period of 36 months from 1 January 2019 to 31 December 2021. The MCA may extend the contract for a further 24 month period subject to satisfactory performance of the vendor.       


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 - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   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: 06/09/2018 Time: 11:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/09/2018
         Time: 11:00
         Place:
         Spring Place, Southampton
      

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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=336831035
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Transport
       Swansea, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Department for Transport
          Swansea, United Kingdom
   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:
          Department for Transport
       Swansea, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 02/08/2018

Annex A


View any Notice Addenda

View Award Notice