CONTRACT AWARD NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Homes and Communities Agency |
Arpley House, 110 Birchwood Boulevard, Birchwood |
Warrington |
WA3 7QH |
UK |
Bill Murphy |
+44 3001234500 |
l&rmsframework2015-2019@hca.gsi.gov.uk |
+44 3001234500 |
www.homesandcommunities.co.uk
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
Land and Risk Management Services Framework.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract14
|
II.1.2)
|
Main site or location of works, place of delivery or performance
UK |
II.1.3)
|
This notice involves a framework agreement
 |
II.1.4)
|
Short description of the contract or purchase(s)
Land management services. Property management services of real estate on a fee or contract basis. The HCA is seeking to appoint specialist suppliers to a framework agreement to assist in the management and inspection of its land portfolio which currently extends to approximately 8 000 ha across all the English regions and anticipates the services being provided in Lots — Lot 1 North and Lot 2 South, or Lot 3 National.
Prospective suppliers may apply for one or all of the Lots, so it is expected that a minimum of 1 and a maximum of 2 suppliers will be appointed.
The core objectives are to provide services to assist HCA in the management of it's land portfolio, report upon risks and advise upon innovation and best practise in land and risk management and provide:
— Land inspections.
— Landscape, grounds and infrastructure management and maintenance including procurement and contract administration.
— Land inspection and protection from trespass, incursions and encroachment.
— Tree and woodland inspections and management.
— Water safety inspections.
— Site environmental and ecological surveys.
— Out of hours service and escalation procedures.
— Innovation and best practise in land and risk management
CPV code descriptions Land management services and property management services of real estate on a fee or contract basis.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
70332100 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) Yes |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
5 696 160
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria

|
|
|
|
Quality |
60 |
|
Price |
40 |
|
IV.2.2)
|
An electronic auction has been used No
|
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
HCAE14094
|
IV.3.2)
|
Previous publication(s) concerning the same contract
Other previous publications
|
Section V: Award of contract
|
|
|
|
Land and Risk Management Services Framework — North |
|
1 |
V.1)
|
Date of contract award: |
V.2)
|
Numbers of offers received:2 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Not awarded |
Not awarded |
Not awarded |
|
UK |
|
|
|
|
|
V.4)
|
Information on value of contract |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section V: Award of contract
|
|
|
|
Land and Risk Management Services Framework — South |
|
2 |
V.1)
|
Date of contract award: |
V.2)
|
Numbers of offers received:2 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Not awarded |
Not awarded |
Not awarded |
|
UK |
|
|
|
|
|
V.4)
|
Information on value of contract |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section V: Award of contract
|
|
|
|
Land and Risk Management Services Framework — National |
|
3 |
V.1)
|
Date of contract award: |
V.2)
|
Numbers of offers received:2 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
The Environment Partnership (TEP) Ltd |
Genesis Centre, Birchwood Science Park |
Warrington |
WA3 7BH |
UK |
cathneve@tep.uk.com |
+44 1925844004 |
http://www.tep.uk.com |
+44 1925844002 |
|
V.4)
|
Information on value of contract
5 696 160 GBP
|
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
This contract covers England only (England CPV Code not available).
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 (‘The Act’). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=152703905
GO Reference: GO-2015723-PRO-6832218.
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
Homes and Communities Agency |
St Georges House, Kingsway, Team Valley Trading Estate |
Gateshead |
NE11 0NA |
UK |
|
+44 3001234500 |
|
|
|
|
Body responsible for mediation procedures
Homes and Communities Agency |
St Georges House, Kingsway, Team Valley Trading Estate |
Gateshead |
NE11 0NA |
UK |
|
+44 3001234500 |
|
|
|
VI.3.2)
|
Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
Homes and Communities Agency |
St Georges House, Kingsway, Team Valley Trading Estate |
Gateshead |
NE11 0NA |
UK |
|
+44 3001234500 |
|
|
|
VI.4)
|
Dispatch date of this Notice 23-07-2015 |