Tender

Asset Management - Professional Services

CROYDON COUNCIL

This public procurement record has 1 release in its history.

Tender

17 Sep 2018 at 17:04

Summary of the contracting process

The Croydon Council is inviting tenders for the "Asset Management - Professional Services" contract, aimed at enhancing the efficient management of property-related resources as part of their Corporate Landlord Operating Model. This procurement, classified under real estate services and valued at £1,400,000, is currently in the tender stage, with submissions due by 29th October 2018. The contract will commence on 1st December 2018 and last for four years, though there is no guaranteed value of orders throughout the agreement. This tender follows an open procedure as outlined in the Public Contract Regulations 2015.

This opportunity presents significant potential for businesses specialising in professional valuation and estate management services, such as those offering asset valuations, rent reviews, and feasibility studies. Companies looking to compete should be well-established, able to demonstrate compliance with financial turnover thresholds, and can leverage the council's focus on creating local employment and community support initiatives as part of contract performance responsibilities. This procurement not only aims to achieve operational efficiencies but also serves as a catalyst for regeneration within the London Borough of Croydon, thus fostering business growth in the area.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asset Management - Professional Services

Notice Description

The Council implemented a 'Corporate Landlord Operating Model' in April 2016. The revised operating model has enabled the service to focus on continually improving asset utilisation and the efficient management of property related resources. The revised operating model means the Asset Management Team has a clear emphasis on strategic asset management tasks ensuring the Council's property estate is fit for purpose, efficient and supports the Council's core objectives and service delivery. To support the Asset Management & Facilities Management Services to deliver an effective 'Corporate Landlord Operating Model' a range of 'Professional Valuation and Estate Management Service leading providers are required to support day to day activities such as annual asset valuations, general valuations, rent reviews, feasibility studies, building surveys and structural engineering reports. The Contracting Authority ('The Council') is seeking tender responses from suitably qualified and experienced Service Providers to enter into a single provider contract for each Service Provision Lot. The Tier One Award Criteria is based on 60% Price and 40% Quality, further details relating to the Tier Two sub-criteria for each Service Provision Lot is shown within the respective ITT Pack. For further details on the proposed scope and contract value of the contract in accordance with the respective Service Provision Lots, see the appropriate ITT documents. The Council has set a minimum annual financial turnover threshold for each Service Provision Lot as outlined via the Table above. There is a requirement for all potential Tenderers to confirm compliance with the respective minimum annual turnover and indicative maximum transaction size requirements in accordance with each Service Provision Lot (they are vary for each lot), via the MRQ document (Volume 1 for respective Lot). The length of contract is four years and there is no guarantee of any value of orders over the course of the agreement. This invitation to tender is subject to OJEU Open Procedure in accordance with Public Contract Regulations 2015. It is also intended that the Contract be part of the Council's wider focus on ensuring that its economic activity is a catalyst for regeneration within the London Borough of Croydon so as to ensure Croydon as a place benefits from the expenditure related to the contract and changes people's lives for the better. The successful Service Provider for each Service Provision Lot will therefore be required to contribute to achieving these objectives and contract performance conditions may be imposed which relate to social value considerations, including supporting employment, creating apprenticeships, supporting priority groups, supporting business growth, supporting education to employment, supporting the community and governance. Further details are provided within the ITT Pack via the London tender portal (www.londontenders.org).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-979e1eed-9158-40b0-a9e1-c2149357fb95
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/412d4424-f7b0-4ae1-9409-50c85c27e8c1
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services


CPV Codes

70000000 - Real estate services

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Sep 20187 years ago
Submission Deadline
29 Oct 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2018 - 30 Sep 2022 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROYDON COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CROYDON
Postcode
CR0 1EA
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
TLI London

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-979e1eed-9158-40b0-a9e1-c2149357fb95-2018-09-17T18:04:26+01:00",
    "date": "2018-09-17T18:04:26+01:00",
    "ocid": "ocds-b5fd17-979e1eed-9158-40b0-a9e1-c2149357fb95",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CROYD001-DN352134-26194223",
        "title": "Asset Management - Professional Services",
        "description": "The Council implemented a 'Corporate Landlord Operating Model' in April 2016. The revised operating model has enabled the service to focus on continually improving asset utilisation and the efficient management of property related resources. The revised operating model means the Asset Management Team has a clear emphasis on strategic asset management tasks ensuring the Council's property estate is fit for purpose, efficient and supports the Council's core objectives and service delivery. To support the Asset Management & Facilities Management Services to deliver an effective 'Corporate Landlord Operating Model' a range of 'Professional Valuation and Estate Management Service leading providers are required to support day to day activities such as annual asset valuations, general valuations, rent reviews, feasibility studies, building surveys and structural engineering reports. The Contracting Authority ('The Council') is seeking tender responses from suitably qualified and experienced Service Providers to enter into a single provider contract for each Service Provision Lot. The Tier One Award Criteria is based on 60% Price and 40% Quality, further details relating to the Tier Two sub-criteria for each Service Provision Lot is shown within the respective ITT Pack. For further details on the proposed scope and contract value of the contract in accordance with the respective Service Provision Lots, see the appropriate ITT documents. The Council has set a minimum annual financial turnover threshold for each Service Provision Lot as outlined via the Table above. There is a requirement for all potential Tenderers to confirm compliance with the respective minimum annual turnover and indicative maximum transaction size requirements in accordance with each Service Provision Lot (they are vary for each lot), via the MRQ document (Volume 1 for respective Lot). The length of contract is four years and there is no guarantee of any value of orders over the course of the agreement. This invitation to tender is subject to OJEU Open Procedure in accordance with Public Contract Regulations 2015. It is also intended that the Contract be part of the Council's wider focus on ensuring that its economic activity is a catalyst for regeneration within the London Borough of Croydon so as to ensure Croydon as a place benefits from the expenditure related to the contract and changes people's lives for the better. The successful Service Provider for each Service Provision Lot will therefore be required to contribute to achieving these objectives and contract performance conditions may be imposed which relate to social value considerations, including supporting employment, creating apprenticeships, supporting priority groups, supporting business growth, supporting education to employment, supporting the community and governance. Further details are provided within the ITT Pack via the London tender portal (www.londontenders.org).",
        "datePublished": "2018-09-17T18:04:26+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "70000000",
            "description": "Real estate services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-10-29T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-12-01T00:00:00Z",
            "endDate": "2022-09-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/412d4424-f7b0-4ae1-9409-50c85c27e8c1",
                "datePublished": "2018-09-17T18:04:26+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Croydon Council Contract Notice",
                "url": "http://www.croydon.gov.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-96201",
            "name": "Croydon Council",
            "identifier": {
                "legalName": "Croydon Council"
            },
            "address": {
                "streetAddress": "3F Bernard Weatherill House, 8 Mint Walk",
                "locality": "Croydon",
                "postalCode": "CR0 1EA",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Procurement Team",
                "email": "procurement@croydon.gov.uk",
                "telephone": "+44 2087264804"
            },
            "details": {
                "url": "http://www.croydon.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-96201",
        "name": "Croydon Council"
    }
}