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

Cornwall Council's - Estates and Asset Management Term contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cornwall Council
New County Hall, Treyew Road
For the attention of: Laurence Jenkin
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322268
E-mail:
Fax: +44 1872322268

Internet address(es):

General address of the contracting authority: http://www.cornwall.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Cornwall Council's - Estates and Asset Management Term contract.
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
Main site or location of works, place of delivery or of performance: Cornwall.

NUTS code UKK3

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)
Cornwall Council intends to establish a 10 year (subject to earlier break clauses and termination events) term contract with a single supplier to provide property estate and asset management services.
The Pre-qualification questionnaire (PQQ) shall be obtained by emailing:

with the subject title: "Estates PQQ”. An automatically generated reply containing the PQQ will be sent to you.

All completed PQQ's must be emailed to: by the date stated in section IV.3.4below and shall state within the subject line the following words: "Completed PQQ”.

If you experience any problems or have any queries regarding the PQQ please email with the subject title "Estates Query” and full details of your query within the body of the email.

II.1.6)Common procurement vocabulary (CPV)

70100000, 70110000, 70120000, 70130000, 70200000, 70210000, 70220000, 70300000, 70310000, 70320000, 70330000, 71200000, 71240000, 71250000, 71300000, 71310000, 71500000, 71510000, 71520000, 71530000, 71540000, 90700000, 90710000, 48612000, 48130000, 71314200

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 full scope of this procurement will be set out within the PQQ and ITT documentation (when read together).
This procurement aims to establish a term contract between The Cornwall Council and the successful supplier to undertake the delivery of The Cornwall Council's asset and estate management. The Cornwall Council will retain a contract management structure to commission services, but the obligation for delivering the services shall be placed with the successful supplier. The arrangement shall be based on a bespoke contractural agreement for a duration not exceeding 10 year, subject to break clauses and termination events. The existing Cornwall Council staff performing the services (between 20 and 30 employees) shall, where the rights apply, be subject to the law relating to the Transfer of Undertakings (Protection of Employment) regulations 2006.
The Cornwall Council has a broad and varied portfolio of assets which are generally classifiedas operational or non-operational. The assets range from offices, schools, youth centres, harbour buildings, public parks, structures (man made and natural), and many more, all the way through to minor rights of way on a specific site. These assets include corporeal and incorporeal hereditaments which will all form part of the successful suppliers duty to manage.
The services will be split into two main types - reactive and term. The term services will be commissioned annually based on a set programme or volume of services. The reactive services will be commissioned as and when they are required.
It is a fundamental requirement of this procurement that the successful supplier has an asset management system (with internet based access for the client) that will manage all of The Cornwall Council's data and allow The Cornwall Council to view the data and extract reports from it. There will also be a requirement for this system to link into The Cornwall Council's Oracle system for data transfer purposes.
Whilst there is no guarenteed quantity of work or spend, it is estimated that the potential works value will be between GBP 1,000,000 to GBP 2,000,000 per annum over the life of the contract, subject to changes in The Cornwall Council's policy and budget.
Services in scope:
Strategic Property and asset management:
- Corporate and operational service requirements;
- Property and estate appraisal and studies;
- Ad-hoc studies and reports as commisssioned.
Development Consultancy:
- Regeneration, master planning;
- Financial appraisals and feasibility;
- Obtaining and working with development partners;
- Development agreements, aquisition and disposal.
Property management and transactions:
- Acquisitions, lettings and disposals including all completing necessary marketing and sales to optimise capital receipts and revenue;
- Community Asset transfers;
- Negotiating Heads of Terms for new Leases and Licenses;
- Debt management;
- Rental/service charge income management and collection.
Asset valuation services:
- Statutory valuation, insurance and ad-hoc property valuation.
Ratings management:
- Review an appeals and empty property rates.
Reactive property advice:
- General enquiry management for clients and others, including the general public;
- Terrier management, freehold asset advice, wayleaves, covenants and easements;
- Boundary disputes, planning advice and review, compulsory purchase (highways schemes);
- Land registry queries;
- Adverse possession claims.
Compulsory purchase and compensation work including major road schemes.
Data management:
- Provision of an asset data management and IT interface system to either replace or interface with the existing CC system.
Building Surveying services:
- Building and measured surveys, including condition and dilapidation surveys;
- Maintenance and minor capital works;
- Landlord and Tenant;
- Feasibilty and investigations.
Energy Management
- Bureau services - bill transaction, processing and management;
- Carbon reduction commitment obligations.
The pre-qualification questionnaire (PQQ) shall be obtained by emailing:

with the subject title "Estates PQQ". An automatically generated reply containing the PQQ will be snt to you.

All completed PQQ's must be emailed to: by the date stated in section IV.3.4 below and shall state within the subject line the following words: "Completed PQQ”.

If you experience any problems or have any queries regarding the PQQ please email with the subject title "Estates Query” and full details of your query within the body of the email.

Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposits will be required but The Cornwall Council reserves the right to require parent company guarentees, bonds and/or any other form of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
These conditions will be provided in the Invitation to Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Cornwall Council will accept tenders from individual undertakings or consortia. A cosortium bid may be acceptable but The Cornwall Council reserves the right to require a single/lead supplier to take primary liability; to require that a special purpose vehicle be formed, or to require that each member of a consortium is jointly and severally liable for the obligations in the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: These conditions will be provided in the Invitation to Tender documents.
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: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 35 of the Public Contracts Regulations 2006 (as amended) and as identified in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Reguation 24 of the Public Contracts Regulations 2006 (as amanded) and as identified in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 to 50of Directive 2004/18/EC and Reguation 25 of the Public Contracts Regulations 2006 (as amanded) and as identified in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
Please refer to 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: 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: yes

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 number of operators: 8
Objective criteria for choosing the limited number of candidates: Parties will be provided with the criteria to be used for choosing the limited number of candidates. This will be contained 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:
2013.17F
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.9.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.9.2013 - 15:00
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: yes
Reference to project(s) and/or programme(s): Services undertaken as part of this contract may be funded in whole or in part through community funds. The most likely funding stream is the European regional Development Fund.
VI.3)Additional information
In evaluating the suitability of potential suppliers it may be necessary to request additional information and for applicants to attend an interview and/or site visit. Potential suppliers must be able to demonstrate through their responses to the PQQ that they possess the necessary skills, knowledge and experience to undertake this service.
1. The contract to be entered into shall be considered as contract made under English law and subject to the exclusive jurisdiction of the English Courts.
2. Cornwall Council reserves the right not to enter into any agreement or award any contract as a result of this notice and to vary or change or not to proceed with this competition at any stage of the procurement process.
3. Cornwall Council shall not be responsible for any costs incurred by any potential supplier responding to this notice.
4. Cornwall Council shall not be responsible for any costs incurred by any potential supplier responding to this notice.
5. If any potential supplier considers that any information supplied by it to Cornwall Council is commercially sensitive or confidential in nature, this should be highlighted and the reasons for (and duration of) its commercial sensitivity or confidentiality specified. Each potential supplier should be aware that even where it has indicated that information is commercially sensitive or confidential; Cornwall Council may be required to disclose it pursuant to the Freedom of Information Act 2000 and/or the Environmental Information Regulations 2004 in response to a request where such disclosure is considered to be in the public interest. Please note that the receipt by Cornwall Council of any materials marked "confidential" or equivalent shall not be taken to mean that Cornwall Council accepts any duty of confidence by virtue of that marking.
6. Cornwall Council requires potential suppliers to maintain their tenders for a period of 6 months from the date of submission of their response to the ITT.7. The appointed supplier will be required to provide the services to Cornwall Council or its statutory successors and/or successors in title.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Cornwall Council
New County hall, Treyew Road
TR1 3AY Truro
UNITED KINGDOM
E-mail:
Telephone: +44 1872322268

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Cornwall Council will comply with the requirements relating to standstill periods and applications to the Court in accordance with the provisions of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.8.2013