Homes and Communities Agency: Vacant Property Management Services Framework

  Homes and Communities Agency has published this notice through Delta eSourcing

Notice Summary
Title: Vacant Property Management Services Framework
Notice type: Contract Notice
Authority: Homes and Communities Agency
Nature of contract: Services
Procedure: Restricted
Short Description: The HCA is seeking to appoint a panel up to 5 specialist suppliers to a framework agreement to assist the HCA in the management of its portfolio by providing vacant property management across all the English regions. The services which are anticipated to be required include: - Site Audits and Risk Assessments. - Facilitating HCA annual Internal Health & Safety Audits. - Site Set up and De-Commissioning where appropriate for newly acquired sites. - Management of Site Access and Security contract assignment instructions. - Implement HCA Standard policies for Health &Safety, Asbestos Management and facilitate and coordinate surveys, CDM and Safety Inspections. - Inspection and review of all site services, plant and equipment and including water systems, electricity, gas, fire and lifts. - Structural Surveys and Reporting. - Electronic recording of all risk assessments and inspections for review and annual HCA audit. - Risk Management Data Storage and Retrieval and production of Evidence Packs. - Recommend, coordinate and supervise remedial works. - Support procurement of works and contract management. - Provision of Out of Hours Services and Emergency Call Out and Escalation Procedures. - Reporting of all Notifiable H&S incidents under RIDDOR. - Provision of Heritage and Conservation Support. - Infrastructure Inspections and Reporting. - Demolition Feasibility and Advice. - Supporting Carbon Reduction Strategies and Advice. - Provide energy consumption data in support of Energy Management Statements. - Ecological Habitat Surveys and Protected Species Licencing. - Environmental Surveys, Advice and Support. CPV code descriptions Land management services and property management services of real estate on a fee or contract basis.
Published: 12/12/2013 10:47

View Full Notice

UK-Warrington: Land management services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Homes and Communities Agency
      Arpley House, 110 Birchwood Boulevard, Birchwood, Warrington, WA3 7QH, United Kingdom
      Tel. +44 3001234500, Email: VPMSFramework2015-2019@hca.gsi.gov.uk, URL: www.homesandcommunites.co.uk
      Attn: Matthew Cumberland

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      National or federal agency/office

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Vacant Property Management Services Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 14
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 3,400,000 and 4,600,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Land management services. Property management services of real estate on a fee or contract basis. The HCA is seeking to appoint a panel up to 5 specialist suppliers to a framework agreement to assist the HCA in the management of its portfolio by providing vacant property management across all the English regions.

The services which are anticipated to be required include:

- Site Audits and Risk Assessments.
- Facilitating HCA annual Internal Health & Safety Audits.
- Site Set up and De-Commissioning where appropriate for newly acquired sites.
- Management of Site Access and Security contract assignment instructions.
- Implement HCA Standard policies for Health &Safety, Asbestos Management and facilitate and coordinate surveys, CDM and Safety Inspections.
- Inspection and review of all site services, plant and equipment and including water systems, electricity, gas, fire and lifts.
- Structural Surveys and Reporting.
- Electronic recording of all risk assessments and inspections for review and annual HCA audit.
- Risk Management Data Storage and Retrieval and production of Evidence Packs.
- Recommend, coordinate and supervise remedial works.
- Support procurement of works and contract management.
- Provision of Out of Hours Services and Emergency Call Out and Escalation Procedures.
- Reporting of all Notifiable H&S incidents under RIDDOR.
- Provision of Heritage and Conservation Support.
- Infrastructure Inspections and Reporting.
- Demolition Feasibility and Advice.
- Supporting Carbon Reduction Strategies and Advice.
- Provide energy consumption data in support of Energy Management Statements.
- Ecological Habitat Surveys and Protected Species Licencing.
- Environmental Surveys, Advice and Support.

CPV code descriptions Land management services and property management services of real estate on a fee or contract basis.
         
      II.1.6)Common Procurement Vocabulary:
         70332100 - Land management services.
         
         70330000 - Property management services of real estate on a fee or contract basis.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The estimated value reflects current and future portfolio over 4 years.

The framework agreement is for a period of 48 months starting in April 2015.                  
         Estimated value excluding VAT:
         Range between: 3,400,000 and 4,600,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Refer to PQQ and MoI.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to PQQ and MoI.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Single legal entity
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Refer to PQQ and MoI.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Refer to PQQ and MoI.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to PQQ and MoI.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to PQQ and MoI.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 10 and maximum number: 20         
         Objective Criteria for choosing the limited number of candidates:
         Refer to PQQ and MoI.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HCAE14095      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 17/03/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 2017
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The HCA's offices are closed between 24.12.2013 and 1.1.2014. Any request for information or tender documentation sent during this period will not be responded to before 2.1.2014

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, and the contract will be awarded on the basis of the most economically advantageous tender.

All discussions, meetings and communications will be conducted in English.

The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.

It is anticipated that the framework agreement panel will have an average annual estimated total fee value of 1,000,000 GBP which equates to a total estimated value over the 4 year duration of 4000,000 GBP. The estimated range of total value is based upon the HCA’s current and future portfolio.

This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.

Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.

The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information.
All dates included in this notice are provisional and potentially subject to revision.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=81907546
GO-20131212-PRO-5329515 TKR-20131212-PRO-5329514
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Homes and Communities Agency
      St George’s House, Kingsway, Team Valley, Gateshead, NE11 0NA, United Kingdom
      Tel. +44 3001234500, URL: www.homesandcommunities.co.uk

      Body responsible for mediation procedures:
               Homes and Communities Agency
         St George’s House, Kingsway, Team Valley, Gateshead, NE11 0NA, United Kingdom
         URL: www.homesandcommunities.co.uk

      VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Homes and Communities Agency
      St George’s House, Kingsway, Team Valley, Gateshead, NE11 0NA, United Kingdom
      URL: www.homesandcommunities.co.uk

   VI.5) Date Of Dispatch Of This Notice: 12/12/2013

ANNEX A

View any Notice Addenda

UK-Warrington: Land management services.

Section I: Contracting Authority
   Title: UK-Warrington: Land management services.
   I.1)Name, Addresses And Contact Point(s)
      Homes and Communities Agency
      Arpley House, 110 Birchwood Boulevard, Birchwood, Warrington, WA3 7QH, United Kingdom
      Tel. +44 3001234500, Email: VPMSFramework2015-2019@hca.gsi.gov.uk, URL: www.homesandcommunites.co.uk
      Attn: Matthew Cumberland
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Vacant Property Management Services Framework
      II.1.2)Short description of the contract or purchase:
      Land management services. Property management services of real estate on a fee or contract basis. The HCA is seeking to appoint a panel up to 5 specialist suppliers to a framework agreement to assist the HCA in the management of its portfolio by providing vacant property management across all the English regions.

The services which are anticipated to be required include:

- Site Audits and Risk Assessments.
- Facilitating HCA annual Internal Health & Safety Audits.
- Site Set up and De-Commissioning where appropriate for newly acquired sites.
- Management of Site Access and Security contract assignment instructions.
- Implement HCA Standard policies for Health &Safety, Asbestos Management and facilitate and coordinate surveys, CDM and Safety Inspections.
- Inspection and review of all site services, plant and equipment and including water systems, electricity, gas, fire and lifts.
- Structural Surveys and Reporting.
- Electronic recording of all risk assessments and inspections for review and annual HCA audit.
- Risk Management Data Storage and Retrieval and production of Evidence Packs.
- Recommend, coordinate and supervise remedial works.
- Support procurement of works and contract management.
- Provision of Out of Hours Services and Emergency Call Out and Escalation Procedures.
- Reporting of all Notifiable H&S incidents under RIDDOR.
- Provision of Heritage and Conservation Support.
- Infrastructure Inspections and Reporting.
- Demolition Feasibility and Advice.
- Supporting Carbon Reduction Strategies and Advice.
- Provide energy consumption data in support of Energy Management Statements.
- Ecological Habitat Surveys and Protected Species Licencing.
- Environmental Surveys, Advice and Support.

CPV code descriptions Land management services and property management services of real estate on a fee or contract basis.
      
      II.1.3)Common procurement vocabulary:
      70332100 - Land management services.
      
      70330000 - Property management services of real estate on a fee or contract basis.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: HCAE14095      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 124460
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 12/12/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued.

      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=137681731
GO-2015326-PRO-6471878 TKR-2015326-PRO-6471877

      VI.5)Date of dispatch: 26/03/2015

View Award Notice