By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Contract for UK Property Management Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Council of the Borough of South Tyneside Council acting in its capacity as the administrating authority of the Tyne and Wear Pension Fund
Pensions Service, Hebburn Civic Centre, Campbell Park Road
Contact point(s): Hebburn Civic Centre
For the attention of: Ian Bainbridge or Brian Charlton
NE31 2SW Hebburn
UNITED KINGDOM
Telephone: +44 1914244112
E-mail:
Fax: +44 1914838660

Further information can be obtained from: Tyne and Wear Pension Fund
Hebburn Civic Centre, Campbell Park Road, Hebburn
For the attention of: Ian Bainbridge or Brian Charlton
NE31 2SW Tyne and Wear
UNITED KINGDOM
Telephone: +44 1914244112
E-mail:
Fax: +44 1914838660

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Tyne and Wear Pension Fund
Hebburn Civic Centre, Campbell Park Road, Hebburn
For the attention of: Ian Bainbridge or Brian Charlton
NE31 2SW Tyne and Wear
UNITED KINGDOM
Telephone: +44 1914244112
E-mail:
Fax: +44 1914838660

Tenders or requests to participate must be sent to: The Council of the Borough of South Tyneside Council acting in its capacity as the administrating authority of the Tyne and Wear Pension Fund
Legal Department, FAO Mike Harding, Town Hall
Contact point(s): Legal Department
NE33 2RL South Shields
UNITED KINGDOM

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Pension Fund
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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract for UK Property Management Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services

NUTS code UKC22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Property management services of real estate on a fee or contract basis. Commercial property management services. South Tyneside Council is the administering authority of the Tyne and Wear Pension Fund.
The contract is for the day to day management of properties owned by the Tyne and Wear Pension Fund. The Property Portfolio is was valued at GBP 330,465,000 as at 31.12.2012 and comprised of 42 properties with a total of 305 tenancies, all situated in the United Kingdom.
It should be noted however that the Property Portfolio is currently undergoing a rationalisation programme which will see a significant reduction in the number of properties and tenancies. Further details will be provided on this rationalisation programme at the invitation to tender stage.
The service shall primarily comprise of:
- Property Management Accounting Services;
- Compliance Services;
- Professional Management Services;
- Building Services Management;
- Due Diligence Services;
- Sustainability.
The contract will be for 4 years, with the option of two 18-month extensions.
The successful tenderers will report directly to the Fund's Property Advisor, which is currently Aberdeen Real Estates Operations Ltd.
II.1.6)Common procurement vocabulary (CPV)

70330000, 70332200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
It is estimated that the annual fees for this contract will be in the region of GBP 400,000, based on the portfolio structure in place as at 31.12.2012.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Details of the evaluation criteria will be set out in the Pre Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details of the evaluation criteria will be set out in the Pre Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details of the evaluation criteria will be set out in the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Organisations should be regulated by the Royal Institute of Chartered Surveys, the Financial Services Authority or a suitable European Equivalent.
III.3.2)Staff responsible for the execution of the service

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 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Based on answers to questions set out in the Pre Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.5.2013 - 12:01
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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

To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=52735453

GO Reference: GO-201343-PRO-4704173.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council of the Borough of South Tyneside Council acting in its capacity as the administering authority of the Tyne and Wear Pension Fund will incorporate a minimum of a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderes. The period allows unsuccessful tenderers to seek further debriefing before the tender is entered into. Tenderers will have 2 working days from the notification of the award decision to request an additional debriefing and additional information should be requested from the contacts in Section I).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.4.2013

Other interesting websites