HCC - 08/24 - The Provision of Property Management Services

Complete

Value

£11,900,000

Classifications

  • Property management services of real estate on a fee or contract basis

Tags

  • tender

Submission Deadline

11 months ago

Published

1 year ago

Description

Hertfordshire County Council is currently out to procurement for the Provision of Property Management Services
      
      The Council is seeking to work with a Contractor who will lead in the property management of the Estate and the delivery of the Council's strategic direction for the Estate.   The Contractor will provide strategic and day to day advice to the Council in its ongoing stewardship of the Estate and will self-commission core services in the delivery of this direction within the parameters of the specified services and fixed prices.  
      
      This procurement is an open process.  Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system.
      
      To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 11th October 2024
      
      Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 
      
      Please ensure that where possible documents are uploaded as a PDF and that file names are succinct.  
      
      Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.
      
      Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
      
      The use of Lots has been considered for this procurement, but have not been used, because the Council is looking to make cost savings and drive efficiencies through the use of one main contractor who will have knowledge of the full estates and asset management functions.
      
      Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
      
      Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.
      
      To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Additional information: 
Hertfordshire County Council is currently out to procurement for the Provision of Property Management Services

The Council is seeking to work with a Contractor who will lead in the property management of the Estate and the delivery of the Council's strategic direction for the Estate.   The Contractor will provide strategic and day to day advice to the Council in its ongoing stewardship of the Estate and will self-commission core services in the delivery of this direction within the parameters of the specified services and fixed prices.  

This procurement is an open process.  Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system.

To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 11th October 2024

Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 

Please ensure that where possible documents are uploaded as a PDF and that file names are succinct.  

Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.

Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.

The use of Lots has been considered for this procurement, but have not been used, because the Council is looking to make cost savings and drive efficiencies through the use of one main contractor who will have knowledge of the full estates and asset management functions.

Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.

Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.

To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Delivery Notes

The Core Contract Period is five (5) years with the option to extend for up to two (2) further years

Is a Recurrent Procurement Type? : No

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

PSNI Property Management Services Contract 2026

The Contracting Authority intends to appoint a single Supplier for the provision of Property Management Services to support the Police Service of Northern Ireland (PSNI) maintain and develop its estate, executed under an NEC4 Framework Contract. The Supplier will be responsible for ensuring the estate remains safe, secure, compliant, and supporting estate modernisation and transformation in line with the PSNI Estate Strategy. Services must be delivered with the flexibility to meet urgent operational requirements, minimising disruption to core policing functions. This Framework Contract is designed to provide a compliant and flexible mechanism for the delivery of estate management services and project based works in alignment with PSNI’s strategic and operational needs. The Framework Contract is structured into two distinct service areas (Part A and Part B), with call-offs issued under the NEC4 suite of contracts. Part A Property Management Services: These services will be delivered under the NEC4 Professional Services Contract over a period of 4 years and 3 months. A break clause will be available at 3 years and 3 months, exercisable at the sole discretion of the Contracting Authority. Part B Project Delivery Services: These services will cover the delivery of projects including (but not limited to) demolition, upgrade, refurbishment, and new build works. Project requirements will vary in scale (Micro, Minor, and Major projects) with values ranging from £10,000 up to the applicable UK Public Procurement Threshold. Services may include project management and/or full Integrated Consultancy Team (ICT) services, depending on project complexity. These call-offs will be commissioned on an ad hoc basis and delivered under either the NEC4 Professional Services Contract (PSC) or the NEC4 Professional Services Short Contract (PSSC). The NEC4 Framework Contract will be established for a duration of 4 years from the Contract Start Date, with a discretionary break clause at the end of Year 3.

Katy Reed

Published 1 week ago
Open

Regional Estates Solutions Framework Agreement

Purpose This is a Regional Estate Solution Framework is designed to streamline estate planning, management, and infrastructure development regional health and regional public sector organisations, including NHS Trusts, local authorities and all public sector body. It provides a structured procurement mechanism to ensure cost efficiency, sustainability, and compliance with public sector regulations. This Framework Agreement will focus on the South and South-East Region of the UK, with the aim to set up a regionalised Estates Minor Works and Maintenance solution for the Public Sector bodies within this area. Lot Structure The Regional Estate Solution Framework is divided into the following 6 key Lots. Lot 1: Consultancy Services: Lot 2: Property & Building Management Systems Lot 3: Minor Works and Maintenance Sub-lot No Sub-lot Name 3A Air Handling Units, Filters, Ventilation & Extraction 3B Asbestos Removal/Treatment 3C Boilers & Associated Plant (install & maintain) 3D Brick And Blockwork 3E Building (General) 3F Building (Hospital) 3G Building Management Systems & Automatic Control Systems 3H Cleaning and Site Clearance 3I Cooling & Refrigeration – Chillers Condensers & Split A/Cs 3J Curtain Wall 3K Demolition Work 3L Doors 3M Drainage 3N Fencing and Gates 3O Fire Protection Sprinklers + Fire Protection-Smoke Vents (Automatic)+ Fire Systems – Fire Alarm Systems, Smoke/ Heat Detection Systems, Sprinkler Systems, Extinguishers & Hose Reels (Hospital) 3P Flooring (General) 3Q Glazing 3R Joinery and Partition 3S Landscaping 3T Painting & Decorating (General) 3U Plastering 3V Plumbing 3W Road Maintenance (Minor Works) 3X Roofing 3Y Scaffolding 3Z Wall and Floor Tiling 3AA Water Systems – Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene & Associated Plant 3AB Windows (PVCU) 3AC Mould & Damp Lot 4: Mechanical & Electrical Services Sub-lot No Sub-lot Name 4a Electrical Installation & Maintenance Services 4b Emergency Lighting & Power 4c Lifts, Escalators and Conveyance Systems 4d Medical Gas Pipeline & Equipment Maintenance 4e Portable Appliance Testing & Fixed Wire Testing 4f Security, Access Control, Intruder & CCTV Systems 4g UPS & Generators Lot 5: Medical & Specialist Equipment/Services Lot 6: Managed Service:

Katy Reed

Published 3 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Zoe Upson (HCC)

[email protected]

01707 292463

Timeline complete