Construction Contract Leads
North East
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Mar 2024
Reference | ocds-h6vhtk-044bc3 |
Common Procurement Vocabulary | Property management services of real estate on a fee or contract basis |
Procurement Method | Competitive procedure with negotiation |
Value | £3,600,000 |
North East
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Mar 2024
Reference | ocds-h6vhtk-044bc3 |
Common Procurement Vocabulary | Property management services of real estate on a fee or contract basis |
Procurement Method | Competitive procedure with negotiation |
Value | £3,600,000 |
Section I: Contracting authority
I.1) Name and addresses
North Tyneside Council
Quadrant
North Tyneside
NE27 0BY
Contact
Mrs Kirsty Armstrong
kirsty.armstrong [at] northtyneside.gov.uk
Telephone
+44 1916434955
Country
United Kingdom
NUTS code
UKC22 - Tyneside
Internet address(es)
Main address
http://www.northtyneside.gov.uk/
Buyer's address
http://www.northtyneside.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Rising Sun Farm - Community Letting Opportunity
Reference number
DN708597
II.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
II.1.3) Type of contract
Services
II.1.4) Short description
II.1.4 Short Description North Tyneside Council (the "Authority") is conducting a procurement of a long-term operator of Rising Sun Farm, Kings Road, Wallsend ("Rising Sun Farm") in accordance with Regulation 19 of the Concession Contracts Regulations 2016.
The successful operator will manage the land and buildings located at Rising Sun Farm in order to maintain and enhance it as a recreational, leisure and educational hub.
The Authority owns the freehold of the land and buildings located at Rising Sun Farm.
The services anticipated to be provided by the successful operator at Rising Sun Farm by the Authority for this opportunity are summarised below (though full details are set out in the Request to Participate):
1. maintenance of all farm buildings and financial outgoings;
2. delivery of adult social care and day opportunities for vulnerable adults, people with a learning disability and / or autism;
3. management and development of the livery;
4. management and development of existing and future commercial tenants and occupational interests;
5. animal management including appropriate care and accommodation;
6. effective agricultural land management;
7. development of community engagement policies;
8. meeting community targets and community needs;
9. securing funding to be used for redevelopment;
10. supporting the Authority's ecology initiatives;
11. designating appropriate areas for bio-diversity net gain;
12. complying with the latest farming standards, including all necessary consents, authorisations and registrations; and
13. carrying out riparian ownership duties regarding the watercourse.
At this stage, the above list of services is indicative only and contains the broad categorisation of services rather than particulars. Bidders should assume that the services actually required will broadly be within the scope of services listed above but will also include extensions to related or ancillary services within each categorisation. The actual scope of services required may be narrower than that set out above.
Full details of the Authority's minimum requirements are set out in the Request to Participate.
Income for the operator of Rising Sun Farm is expected to derive from a number of occupational interests that are managed under separate licence agreements, including but not limited to a commercial bakery, a former day care accommodation currently occupied for food production purposes, an operational falconry and a number of liveries consisting of 32 stables currently let to horse owners. For value estimation purposes, the Authority estimates that rental revenue will be £90,000 for the first year of the contract, exclusive of any service charge
Further details are contained in Section II.2.4 as well as the preliminary market consultation document available at the address in section I.3 of this Concession Notice.
II.1.5) Estimated total value
Value excluding VAT: £3,600,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
II.2.4) Description of the procurement
II.2.4 Description of the procurement This is a procurement of a sub-threshold concession contract that is being conducted in accordance with Regulation 19 of the Concession Contracts Regulations 2016.
As part of this procurement, bidders may be invited to engage in dialogue with the Authority in relation to their initial tenders. Full details of the intended procurement process are set out in the Request to Participate.
The Request to Participate for the procurement is available to view and download at: https://procontract.due-north.com/. Bidders are required to submit their Request to Participate response in the procurement portal by no later than 12:00 noon on 26 April 2024. For further information please see the Request to Participate.
To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Minimum standards and qualification details are set out in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 March 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court The Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom