Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Watford Borough Council
United Kingdom
https://www.watford.gov.uk
Watford
wd17 3EX
UK
Contact person: Derek Hatcher
Telephone: +44 1923278370
E-mail: derek.hatcher@watford.gov.uk
NUTS: UKH23
Internet address(es)
Main address: https://www.watford.gov.uk
Address of the buyer profile: https://www.watford.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./JV2E5H83KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Croxley Park - Property Management Services
II.1.2) Main CPV code
70332200
II.1.3) Type of contract
Services
II.1.4) Short description
Croxley Park - Property Management Services (Commercial/Office)
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70332000
79993000
79993100
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement
Watford Borough Council requires a Property Management Service to oversee and manage the operations of Croxley Park. The Property Management Service provides full management of the park with full financial and facilities management provided to the Council.
The current Property Management arrangement expires on 26th July 2024 with the intention that this procurement will commence from this date onwards. The Contract will be for 5 years with the Council having the option of extending for two further 12 month periods. Therefore the contract is for a maximum of 7 years.
The delivery of the Facilities Management service includes the following services:
-Mechanical & Engineering Compliance Services
-CCTV and security systems
-Refuse removal
-Pest control
-Cleaning
-Window cleaning
-Landscaping
-Lifts
-Security
-Drainage
-Bus service
-Receptionist services
-Water/Gas/Electric suppliers
-Mercedes rental
-Events and marketing
The current Property Manager provides an on-site team of three staff to oversee the facilities management to the park with the majority of the services listed being subcontracted. The Property Manager also provides an off-site team that provide Supervision, management and the financial management of the park. There is TUPE within this procurement. It should be noted that this is not a Total Facilities Management Contract. These Facilities services are contracted separately by the Property Manager with the Council entering into contracts with the facilities provider via the property manager.
The Council’s intention through the procurement is to adopt a similar approach to managing the park for the next 7 years. The Council requires the appointment through this procurement to deliver best value to the Council and enable the Council to meet its strategic aims with a core focus upon maximising income, the occupier experience and a commitment to the Park delivering the best ESG standards.
For a full overview of the Park, including the branding for Planet Croxley, please visit the website.
https://croxleypark.com/
This is being operated as an Open Tender in two parts. Both parts need to be submitted on the Tender Closure Date. Part 1 requests Mandatory and Discretionary Questions as well as an assessment on the Suitability of the organisation to deliver the services. Part 2 is the detailed response to the tender.
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
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
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:
As detailed in the Part 1 Questionnaire
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the Tender Documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/05/2024
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/05/2024
Local time: 10:00
Place:
Watford Town Hall - Online through Delta Portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./JV2E5H83KA" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./JV2E5H83KA</a>
To respond to this opportunity, please click here:
<a href="https://www.delta-esourcing.com/respond/JV2E5H83KA" target="_blank">https://www.delta-esourcing.com/respond/JV2E5H83KA</a>
GO Reference: GO-202443-PRO-25662142
VI.4) Procedures for review
VI.4.1) Review body
Watford Borough Council
https://www.watford.gov.uk
Watford
wd17 3EX
UK
E-mail: derek.hatcher@watford.gov.uk
VI.5) Date of dispatch of this notice
03/04/2024