Section one: Contracting authority
one.1) Name and addresses
Westminster City Council
64 Victoria Street,
London
SW1E 6QP
kwhitehouse@westminster.gov.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.westminster.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com
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
Property Management Support Advice
two.1.2) Main CPV code
- 70331000 - Residential property services
two.1.3) Type of contract
Services
two.1.4) Short description
Westminster City Council (WCC) requires Property Management Advice Support to assist in the development and implementation of standardised arrangements for housing, estate, and energy management. This will include advice on operational costs, budgeting and service charges for new build residential schemes that are being delivered through the Councils Regeneration and Development Programme over the next 3 years with an option to extend for 1 year.
Contract is estimated to commence August 2023.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
Westminster City Council Borough
two.2.4) Description of the procurement
A defined scope of service and range of support will be identified and defined in the tender and subsequent contract.
The over-arching aim of this tender is to provide specialist advice and support in assisting the delivery the Regeneration and Development Programme over the next 3-4 years to complex, multi-phased, mixed tenure development regeneration schemes. The services can then be applied against any development on a ‘call off’ against a schedule of agreed rates. There will be no promised value of business under this agreement but a spend cap of c.£150,000 per annum is proposed.
The appointment is to be operational and available for the period 2023 to 2027, 3-years with the option to extend for 1 year and to include a no-fault break clause after year 1, 2 consecutively. The Contract is aimed to commence August 2023.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Property Management Support Advice services for 3 years with an option to extend for 1 year.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
The project may be varied if the Authority chooses to modify the contract during its term, in line with PCR (2015) Regulation 72 as amended.
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 per procurement documents
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
The contract will be managed through KPI's which will be inserted in contract
document and managed on a frequency referenced in the contract.
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
17 July 2023
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 July 2023
Local time
12:00pm
Place
The Councils e-tendering portal capitalEsoucring
Information about authorised persons and opening procedure
Westminster City Council Procurement and Commercial Services Team
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This opportunity and all associated procurement documents will be accessible via the contracting authority's e-sourcing portal; www.capitalesourcing.com
Reference: itt_WCC_17139 - Property Management Support Advice.
To view details of the opportunity via the portal, please register and click the following link entering your Username and Password: https://www.capitalesourcing.com/web/login.shtml
Any questions regarding the procurement must be submitted in writing via the e-sourcing Portal (“the Portal”)
All potential providers are reminded that the contracting authority is not bound to award any contract as a result of this contract notice or does it promise any volume guarantees as a result of this notice. All potential candidates must accept all the terms of the contract for your tender to be accepted.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Edmund Street
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand , Edmund Street
London
WC2A 2LL
Country
United Kingdom