Building surveying services (№4240431)

28 nov

Number: 4240431

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


28-11-2017

Description


  1. Section I
    1. Name and addresses
      West Midlands Combined Authority
      16 Summer Lane
      Birmingham
      B19 3SD
      United Kingdom
      Telephone: +44 3453036760
      E-mail: [email protected]
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Building Surveying Services Framework.


        Reference number: A2016344
      2. Main CPV code:
        71315300, 71315300, 71315300, 71315300, 71315300, 71315300, 71315300, 71315300
      3. Type of contract:
        Services
      4. Short description:

        WMCA is seeking to establish a framework of Surveying Support Providers across a series of Lots covering the full range of services to assist WMCA in meeting its objectives. A total of 7 lots are available within this framework and Providers are able to submit responses for any combination of the lots.


      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 300 000.00 GBP
    2. Description
      1. Title:

        1 — Lease Advisory


      2. Additional CPV code(s):
        71315300
      3. Place of performance:
      4. Description of the procurement:

        Professional advice in relation to Landlord and Tenant matters including advice in setting appropriate rental levels, rent reviews, lease renewals, lease re-gearing, lease termination advice and negotiation.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months.

        Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      9. Title:

        2 — Building Surveying Services


      10. Additional CPV code(s):
        71315300
      11. Place of performance:
      12. Description of the procurement:

        The Service Provider is required to provide:

        Independent surveys and reports detailing condition/defects of a property, including asbestos reporting DDA, EPC and DEC reports, measured surveys highlighting and health and safety issues/risks.

        Dilapidation advice service.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      13. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months.

        Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      17. Title:

        3 — Valuation Services


      18. Additional CPV code(s):
        71315300
      19. Place of performance:
      20. Description of the procurement:

        Valuation services to include Freehold, Capital Accounting, Insurance, acquisition advice/dispute management.

        Valuation Services relevant to the requirements to best practice professional standards (including current RICS Standards).

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      21. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months. Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      25. Title:

        4 — Planning Development / Environmental Advice


      26. Additional CPV code(s):
        71315300
      27. Place of performance:
      28. Description of the procurement:

        Appointed Service Providers are required to advise on the process and manage the submission of formal applications, notices and appeals and also provide land environmental survey and reporting services.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      29. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      30. Information about options:
        Options: no
      31. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      32. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months. Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      33. Title:

        5 — Commercial Property Agency


      34. Additional CPV code(s):
        71315300
      35. Place of performance:
      36. Description of the procurement:

        Service providers are required to:

        Produce confidential identification of long lists and costed viable shortlists, surveys, negotiations, and the production of recommendation reports.

        A letting service to include negotiation and formulation to recommended heads of terms for approval.

        Property and land disposal services.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      37. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      38. Information about options:
        Options: no
      39. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      40. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months. Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      41. Title:

        6 — Land and Property Management


      42. Additional CPV code(s):
        71315300
      43. Place of performance:
      44. Description of the procurement:

        The service provider is required to provide:

        A fully managed landlord and tenant provision,

        Provide fully costed breakdowns and advise in setting appropriate rent levels,

        Monthly meter reading services,

        Analysis of claims,

        Records and results of negotiations,

        Accounting and liaison services,

        Liaison management services.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      45. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      46. Information about options:
        Options: no
      47. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      48. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months. Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


      49. Title:

        7 — Compulsary Purchase


      50. Additional CPV code(s):
        71315300
      51. Place of performance:
      52. Description of the procurement:

        Advise and Act for WMCA for all CPO matters, providing expert advice and witness representation.

        It is WMCA"s intention to make the framework available to other local authorities in the UK. This will consist of the following but not limited to:

        — all county councils, borough and district councils and unitary authorities throughout England, Northern Ireland, Scotland and Wales,

        — Merseyside Integrated Transport Authority,

        — West Yorkshire Integrated Transport Authority,

        — West Yorkshire Passenger Transport Executive,

        — South Yorkshire Integrated Transport Authority,

        — South Yorkshire Passenger Transport Executive,

        — Tyne & Wear Integrated Transport Authority,

        — Tyne & Wear Passenger Transport Executive,

        — Greater Manchester Integrated Transport Authority,

        — Transport for Greater Manchester,

        — Transport for London,

        — Strathclyde Partnership for Transport,

        — all those bodies listed in Statutory Instrument 2014/2234 — The Whole of Government Accounts (Designation of Bodies) Order 2014, http://www.legislation.gov.uk/uksi/2014/2234/schedule/made including future bodies as well as bodies being established as a result of re-organisations, and any subsequent order(s) should the 2014 Orders be collectively or individually repealed. For the avoidance of doubt, this shall include, but not be limited to, all local authorities and all Integrated Transport Authorities including those not listed in the 2014 Orders but who are members of the Urban Transport Group as currently listed under http://www.urbantransportgroup.org/about-us/our-members and any updated lists.

        — public transport providers in England, Wales, Scotland, Northern Ireland and other parts of the UK registered with Vehicle and Operator Service Agency.


      53. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Quality criterion - Name: Price / Weighting: 40 %
        Price - Weighting: 40 %
      54. Information about options:
        Options: no
      55. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      56. Additional information:

        Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months.Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 085-165933
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: A2016344
      Lot No: 1
      Title:

      Lease Advisory


    2. Award of contract
      1. Date of conclusion of the contract: 2017-10-25
      2. Information about tenders:
        Number of tenders received: 7
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        Bruton Knowles
        Gloucester
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 80 000.00 GBP
      5. Information about subcontracting:

        Contract No: A2016344
        Lot No: 2 — Building Surveying Services
        Title:

        2


      6. Award of contract
        1. Date of conclusion of the contract: 2017-10-25
        2. Information about tenders:
          Number of tenders received: 22
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          AHR Building Consultancy
          London
          United Kingdom
          The contractor is an SME: yes
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 80 000.00 GBP
        5. Information about subcontracting:

          Contract No: A2016344
          Lot No: 3
          Title:

          3 — Valuation Services


        6. Award of contract
          1. Date of conclusion of the contract: 2017-10-25
          2. Information about tenders:
            Number of tenders received: 10
            The contract has been awarded to a group of economic operators: yes
          3. Name and address of the contractor:
            Bruton Knowles
            Gloucester
            United Kingdom
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):

            Total value of the contract/lot: 60 000.00 GBP
          5. Information about subcontracting:

            Contract No: A2016344
            Lot No: 4
            Title:

            4 — Planning Development / Environmental Advice


          6. Award of contract
            1. Date of conclusion of the contract: 2017-10-25
            2. Information about tenders:
              Number of tenders received: 9
              The contract has been awarded to a group of economic operators: yes
            3. Name and address of the contractor:
              Arcadis
              London
              United Kingdom
              The contractor is an SME: yes
            4. Information on value of the contract/lot (excluding VAT):

              Total value of the contract/lot: 50 000.00 GBP
            5. Information about subcontracting:

              Contract No: A2016344
              Lot No: 5
              Title:

              5 — Commercial Property Agency


            6. Award of contract
              1. Date of conclusion of the contract: 2017-10-25
              2. Information about tenders:
                Number of tenders received: 6
                The contract has been awarded to a group of economic operators: yes
              3. Name and address of the contractor:
                Bruton Knowles
                Gloucester
                United Kingdom
                The contractor is an SME: yes
              4. Information on value of the contract/lot (excluding VAT):

                Total value of the contract/lot: 50 000.00 GBP
              5. Information about subcontracting:

                Contract No: A2016344
                Lot No: 6
                Title:

                6 — Land and Property Management


              6. Award of contract
                1. Date of conclusion of the contract: 2017-10-25
                2. Information about tenders:
                  Number of tenders received: 8
                  The contract has been awarded to a group of economic operators: yes
                3. Name and address of the contractor:
                  Bruton Knowles
                  Gloucester
                  United Kingdom
                  The contractor is an SME: yes
                4. Information on value of the contract/lot (excluding VAT):

                  Total value of the contract/lot: 25 000.00 GBP
                5. Information about subcontracting:

                  Contract No: A2016344
                  Lot No: 7
                  Title:

                  7 — Compulsory Purchase


                6. Award of contract
                  1. Date of conclusion of the contract: 2017-10-25
                  2. Information about tenders:
                    Number of tenders received: 10
                    The contract has been awarded to a group of economic operators: yes
                  3. Name and address of the contractor:
                    Bruton Knowles
                    Gloucester
                    United Kingdom
                    The contractor is an SME: yes
                  4. Information on value of the contract/lot (excluding VAT):

                    Total value of the contract/lot: 50 000.00 GBP
                  5. Information about subcontracting:

              7. Section VI
                1. Additional information

                  Please note that the duration of this framework is initially for a period of 24 months with an option for WMCA to extend for up to a further 24 months.

                  Any contract values stated within this framework are estimates only and cannot be guaranteed as call offs will be on an ad-hoc basis.


                2. Procedures for review
                  1. Review body
                    West Midlands Combined Authority
                    Birmingham
                    United Kingdom
                  2. Body responsible for mediation procedures
                    West Midland Combined Authority
                    Birmingham
                    United Kingdom
                  3. Service from which information about the review procedure may be obtained
                    West Midland Combined Authority
                    Birmingham
                    United Kingdom
                3. Date of dispatch of this notice
                  2017-11-25