{
    "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"
    }
}