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
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