HCA Property Professional Services Framework
To provide the full range of property advisory services, land and property agency services.
United Kingdom-Bedford: Real estate services
2018/S 005-007230
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woodlands, Manton Lane
Bedford
MK41 7LW
United Kingdom
Contact person: Ms Claire Barclay
Telephone: +44 3001234500
E-mail: hcaproperty@hca.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/homes-and-communities-agency
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HCA Property Professional Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Homes and Communities Agency (HCA) is seeking to appoint a national framework agreement of property professional and technical service providers to provide the full range of property advisory services, land and property agency services including acquisition and disposal services, estate management services, investment, appraisal, development monitoring and financial services, valuation services, lead and project management services, development structures and partnering and general professional advice and support.
The framework is for 4 years and it envisaged that there will be 20 suppliers. Individual project appointments from the framework will either be via direct award or further competition.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Property Professional Services Framework will use by the HCA and also be made available to other public bodies as part of HCA’s enabling role which includes:
— Central Government Departments and their Arm’s Length Bodies and Agencies,
— Non-Departmental Public Bodies,
— NHS bodies,
— Local Authorities,
— Registered Providers,
— Health,
— Police,
— Fire and Rescue,
— Education,
— Charities, and,
— Devolved Administrations.
Refer to the Memorandum of Information (MoI) for further details.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Refer to Selection Questionnaire (SQ) and Memorandum of Information (MoI).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Refer to Selection Questionnaire (SQ) and Memorandum of Information (MoI).
III.2.2)Contract performance conditions:
Refer to Selection Questionnaire (SQ) and Memorandum of Information (MoI).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
2021.
VI.2)Information about electronic workflows
VI.3)Additional information:
— the opportunity can be accessed via the HCA e-Tendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through the HCA e-Tendering system. If not already registered, candidates should register on the HCA eTendering system at:
— — https://procontract.due-north.com/Login.
— all discussions, meetings, and communications will be conducted in English.
— the contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
— this procurement and award are 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 bidder’s 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.
— the HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA.
— please refer to our Anti-bribery and Corruption Policy by visiting https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.
— all dates in this notice are indicative and may be amended.
The NUTS code included in this notice is “UK”. However, the services will only be procured in England.
VI.4.1)Review body
St. Georges House
Gateshead
NE11 0NA
United Kingdom
VI.4.3)Review procedure
Precise information on deadlines 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.5)Date of dispatch of this notice:
Read More
Property Advice and Sales Agency Services Contract London
Land Agency Services for Environment Agency
Rossendale Borough Council Valuation Services Framework
Property Management Contract Widnes
Regional Managing Agents for the Help to Buy Scheme in Scotland