Section one: Contracting authority
one.1) Name and addresses
Watford Borough Council
https://www.watford.gov.uk
Watford
wd17 3EX
Contact
Derek Hatcher
Telephone
+44 1923278370
Country
United Kingdom
Region code
UKH23 - Hertfordshire
National registration number
United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Croxley Park - Property Management Services
two.1.2) Main CPV code
- 70332200 - Commercial property management services
two.1.3) Type of contract
Services
two.1.4) Short description
Croxley Park - Property Management Services (Commercial/Office)
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70332000 - Non-residential property services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.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.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the Tender Documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 May 2024
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
13 May 2024
Local time
10:00am
Place
Watford Town Hall - Online through Delta Portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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:
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
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JV2E5H83KA" target="_blank">https://www.delta-esourcing.com/respond/JV2E5H83KA
GO Reference: GO-202443-PRO-25662142
six.4) Procedures for review
six.4.1) Review body
Watford Borough Council
https://www.watford.gov.uk
Watford
wd17 3EX
Country
United Kingdom