Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Smallholdings and Agricultural Estate Management Services

  • First published: 22 October 2024
  • Last modified: 22 October 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ad27
Published by:
West Sussex County Council
Authority ID:
AA21254
Publication date:
22 October 2024
Deadline date:
21 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A contract for the provision of Smallholding and Agricultural Estate Management Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015) Open Procedure.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Sussex County Council

County Hall

Chichester

PO19 1RG

UK

Contact person: David Robinson

E-mail: david.robinson@westsussex.gov.uk

NUTS: UKJ27

Internet address(es)

Main address: https://www.westsussex.gov.uk

Address of the buyer profile: https://www.westsussex.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-7669.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-7669.my.site.com/s/Welcome


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

Smallholdings and Agricultural Estate Management Services

Reference number: C18704

II.1.2) Main CPV code

70330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A contract for the provision of Smallholding and Agricultural Estate Management Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015) Open Procedure.

II.1.5) Estimated total value

Value excluding VAT: 350 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

70300000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

The county of West Sussex

II.2.4) Description of the procurement

A contract for the provision of Smallholding and Agricultural Estate Management Services is being tendered by West Sussex County Council (WSCC) in accordance with the Public Contracts Regulations 2015 (PCR 2015) Open Procedure.<br/><br/>A summary of the requirement is given below:<br/><br/>- Day-to-day management of the smallholdings estate and the County Council‘s Other Rural Land<br/>- Asset Optimisation and Option Appraisals of Property – Pre-Marketing<br/>- The Disposal of Property<br/>- Granting of Farm Business Tenancies (equipped holdings)<br/>- Granting of New Leases, Sub-Leases or Licences Grant and Renewal of Farm Business Tenancies greater than 5 years<br/>- Grant & Renewal of Farm Business Tenancies, Leases and Licences less than 5 years<br/>- Rent Reviews (Smallholdings Estate)<br/>- Rent Reviews, Lease Breaks, Lease Expiries and Renewals in respect of the Leasing & Licensing of Property<br/>- Acquisition of Freehold Properties<br/>- Property Acquisitions under the Statutory Blight Notice Procedure for Agricultural Land and Buildings Only<br/>- Negotiation of Easements, Wayleaves and Other Sundry Negotiations<br/>- Provision of Market Valuations<br/>- Land Tribunal and Courts, Arbitration and Similar Dispute Resolution Case Work<br/>- Tree advice and assessments<br/><br/>The estimated annual value of the Contract is £70,000 (ex VAT). The estimated total value of the Contract is £350,000 (ex VAT) over the full term, including any extensions. However, no guarantee or commitment can be given regarding the initial and future value of any work arising from the Contract.<br/><br/>It is anticipated that the Contract will be awarded for an initial term of 2 years from the Contract Commencement Date, 01.04.25, with an option to extend on the same Terms and Conditions at WSCC’s discretion by up to an additional 3 years in any combination. The maximum duration of the Contract will therefore be 5 years.<br/><br/>The Contract is for the sole use of WSCC.

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: 350 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2027

This contract is subject to renewal: Yes

Description of renewals:

It is anticipated that the Contract will be awarded for an initial term of 2 years from the Contract Commencement Date, 01.04.25, with an option to extend on the same Terms and Conditions at WSCC’s discretion by up to an additional 3 years in any combination. The maximum duration of the Contract will therefore be 5 years.

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: No

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 per the tender documents.

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 per the tender documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: 21/11/2024

Local time: 12:00

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: 21/11/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Service

Cabinet Office

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

Cabinet Office

London

SW1A 2HQ

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/cabinet-office

VI.5) Date of dispatch of this notice

17/10/2024

Coding

Commodity categories

ID Title Parent category
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
70300000 Real estate agency services on a fee or contract basis Real estate services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.robinson@westsussex.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.