London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Professional Property Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Contracts for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames. |
Published: | 04/07/2017 10:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Wandsworth Borough Council
Wandsworth High Street, Wandsworth Town, London, London, SW18 2PU, United Kingdom
Tel. +44 2088715073, Email: npenseh@wandsworth.gov.uk
Contact: Nana Penseh
Main Address: www.wandsworth.gov.uk
NUTS Code: UKI3
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Commercial-property-management-services./J8BN94Z953
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Professional Property Services
Reference Number: Not provided
II.1.2) Main CPV Code:
70332200 - Commercial property management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Contracts for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames.
II.1.5) Estimated total value:
Value excluding VAT: 5,080,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 6
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Landlord Services - Commercial Property Management
Lot No: 1
II.2.2) Additional CPV codes:
70330000 - Property management services of real estate on a fee or contract basis.
70130000 - Letting services of own property.
79411000 - General management consultancy services.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70331000 - Residential property services.
70332000 - Non-residential property services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: Provision of Estate Management service to the Council in respect of all properties listed on the Property Lists attached where the Council is either landlord (Property List 1) or tenant (List 2). Properties may be added to the Lists or deleted as required by the Council.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description Lot No. 2
II.2.1) Title: General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department; Services where the Council is the Tenant; Acquisitions & Non-Residential Sales
Lot No: 2
II.2.2) Additional CPV codes:
70332000 - Non-residential property services.
70331000 - Residential property services.
70332300 - Industrial property services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: Provision of General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department; Services where the Council is the Tenant; Acquisitions & Non-Residential Sales
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 40,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description Lot No. 3
II.2.1) Title: Rating and Asset Valuation Services
Lot No: 3
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: Contract to review the Councils' rating lists, conduct appeals against the rating assessment as appropriate. Undertake reviews of the Council’s rating liabilities where the Council is responsible for paying rates and to minimise that liability wherever and however possible.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 360,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description Lot No. 4
II.2.1) Title: Disposals (Lots 4A and 4B)
Lot No: 4
II.2.2) Additional CPV codes:
70121000 - Building sale or purchase services.
70121100 - Building sale services.
79342400 - Auction services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: The Councils are seeking to appoint one or more professional property practices with specialist auction departments for this service with the aim of achieving best consideration from sales using the auction process.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description Lot No. 5
II.2.1) Title: Consultancy Services and Strategic Valuations
Lot No: 5
II.2.2) Additional CPV codes:
73220000 - Development consultancy services.
71315200 - Building consultancy services.
79418000 - Procurement consultancy services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: Provision of Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description Lot No. 6
II.2.1) Title: Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
Lot No: 6
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UKI3 Inner London – West
UKI7 Outer London – West and North West
II.2.4) Description of procurement: Provision of Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 80,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
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:
As set out in the Tender Documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As set out in the Tender Documentation
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/08/2017
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Commercial-property-management-services./J8BN94Z953
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J8BN94Z953
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal High Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/07/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Richmond Upon Thames
Civi Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: npenseh@wandsworth.gov.uk
Main Address: https://www.richmond.gov.uk/
NUTS Code: UKI75
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Wandsworth Borough Council
Wandsworth High Street, Wandsworth Town, London, London, SW18 2PU, United Kingdom
Tel. +44 2088715073, Email: npenseh@wandsworth.gov.uk
Contact: Nana Penseh
Main Address: www.wandsworth.gov.uk
NUTS Code: UKI3
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Richmond upon Thames Council
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Professional Property Services
Reference number: Not Provided
II.1.2) Main CPV code:
70332200 - Commercial property management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Contracts for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 5,080,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Landlord Services - Commercial Property Management
Lot No:1
II.2.2) Additional CPV code(s):
70330000 - Property management services of real estate on a fee or contract basis.
70130000 - Letting services of own property.
79411000 - General management consultancy services.
70210000 - Residential property renting or leasing services.
70220000 - Non-residential property renting or leasing services.
70331000 - Residential property services.
70332000 - Non-residential property services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Provision of Estate Management service to the Council in respect of all properties listed on the Property Lists attached where the Council is either landlord (Property List 1) or tenant (List 2). Properties may be added to the Lists or deleted as required by the Council.
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service / Weighting: 10
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Quality criterion - Name: Evidence of Tenderer’s ability to innovate and identify other skills and experience within the organisation to provide complementary skills and advice to the core team / Weighting: 5
Cost criterion - Name: Price / Weighting: 80
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description (lot no. 2)
II.2.1) Title:General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department; Services where the Council is the Tenant; Acquisitions & Non-Residential Sales
Lot No:2
II.2.2) Additional CPV code(s):
70332000 - Non-residential property services.
70331000 - Residential property services.
70332300 - Industrial property services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Provision of General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department; Services where the Council is the Tenant; Acquisitions & Non-Residential Sales
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service / Weighting: 10
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Quality criterion - Name: Evidence of Tenderer’s ability to innovate and identify other skills and experience within the organisation to provide complementary skills and advice to the core team / Weighting: 5
Cost criterion - Name: Price / Weighting: 80
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description (lot no. 3)
II.2.1) Title:Rating and Asset Valuation Services
Lot No:3
II.2.2) Additional CPV code(s):
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Contract to review the Councils' rating lists, conduct appeals against the rating assessment as appropriate. Undertake reviews of the Council’s rating liabilities where the Council is responsible for paying rates and to minimise that liability wherever and however possible.
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service / Weighting: 10
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Cost criterion - Name: Price / Weighting: 80
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description (lot no. 4)
II.2.1) Title:Disposals (Lots 4A and 4B)
Lot No:4
II.2.2) Additional CPV code(s):
70121000 - Building sale or purchase services.
70121100 - Building sale services.
79342400 - Auction services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Professional property services specialists undertaking the disposal of the councils' surplus properties including initial options appraisals; managing the marketing and disposal to a satisfactory conclusion with the aim of achieving best consideration from sales using the auction process.
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service / Weighting: 10
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Quality criterion - Name: Evidence of Tenderer’s ability to innovate and identify other skills and experience within the organisation to provide complementary skills and advice to the core team / Weighting: 5
Price - Weighting: 80
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description (lot no. 5)
II.2.1) Title:Consultancy Services and Strategic Valuations
Lot No:5
II.2.2) Additional CPV code(s):
73220000 - Development consultancy services.
71315200 - Building consultancy services.
79418000 - Procurement consultancy services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Provision of Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service. / Weighting: 20
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 10
Quality criterion - Name: Evidence of Tenderer’s ability to innovate and identify other skills and experience within the organisation to provide complementary skills and advice to the core team / Weighting: 10
Cost criterion - Name: Price / Weighting: 60
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
II.2) Description (lot no. 6)
II.2.1) Title:Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
Lot No:6
II.2.2) Additional CPV code(s):
71315300 - Building surveying services.
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
UKI7 - Outer London – West and North West
Main site or place of performance:
Inner London – West
Outer London – West and North West
II.2.4) Description of the procurement: Provision of Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations
II.2.5) Award criteria:
Quality criterion - Name: Evidence of the ability of the proposed team to deliver the service / Weighting: 10
Quality criterion - Name: Proposed project programme, methodology and milestones / Weighting: 5
Quality criterion - Name: Evidence of Tenderer’s ability to innovate and identify other skills and experience within the organisation to provide complementary skills and advice to the core team / Weighting: 5
Cost criterion - Name: Price / Weighting: 80
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
II.2.14) Additional information: Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Landlord Services – Commercial Property Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GVA Grimley Limited
3 Brindley place, Birmingham, Birmingham, B1 2JB, United Kingdom
Tel. +44 2079112217, Email: Nigel.hardy@gva.co.uk
Internet address: http://www.gva.co.uk/
NUTS Code: UKG31
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,800,000
Total value of the contract/lot: 1,678,919.19
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: General Valuation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Knight Frank LLP
55 Baker Street, London, W1U 8AN, United Kingdom
Tel. +44 2078611133, Email: james.leaver@knightfrank.com
Internet address: http://www.knightfrank.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
Lambert Smith Hampton Group Limited
UK House, 180 Oxford Street, London, W1D 1NN, United Kingdom
Tel. +44 2078611133, Email: nbrown@lsh.co.uk
Internet address: http://www.lsh.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 222,564 / Highest offer: 444,830
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Rating and Asset Valuation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wilks Head & Eve LLP
6th Floor, Fairgate House, 78 New Oxford Street, London, WC1A 1HB, United Kingdom
Tel. +44 2076378471, Email: joakes@wilks-head.co.uk
Internet address: https://www.wilks-head.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 360,000
Total value of the contract/lot: 87,160
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Lot 4A - Auction Disposals
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Sequence (UK) Ltd T/a Barnard Marcus Auctions
Cumbria House, 16 – 20 Hockliffe Street, Leighton Buzzard, Bedfordshire, LU7 1GN, United Kingdom
Tel. +44 7798657233, Email: matthew.rosenz@barnardmarcus.co.uk
Internet address: http://www.barnardmarcusauctions.co.uk/
NUTS Code: UKH25
The contractor is an SME: Yes
Contractor (No.2)
Savills (UK) Limited
33 Margaret Street, London, W1G 0JD, United Kingdom
Tel. +44 2078249053, Email: rhoweson@savills.com
Internet address: http://www.savills.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Andrews & Robertson (Auctions) Limited
75 Camberwell Church Street, London, SE5 8TU, United Kingdom
Tel. +44 2078249053, Email: jeremylamb@a-r.co.uk
Internet address: http://www.a-rpropertyauctions.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 60,000 / Highest offer: 300,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 4
Title: Lot 4B - Complex Disposals
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Lambert Smith Hampton Group Limited
UK House, 180 Oxford Street, London, W1D 1NN, United Kingdom
Tel. +44 2071982236, Email: nbrown@lsh.co.uk
Internet address: http://www.lsh.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
GVA Grimley Holdings Limited
3 Brindley place, Birmingham, B1 2JB, United Kingdom
Tel. +44 2079112217, Email: Nigel.hardy@gva.co.uk
Internet address: http://www.gva.co.uk/
NUTS Code: UKG31
The contractor is an SME: Yes
Contractor (No.3)
Montagu Evans LLP
5 Bolton Street, London, W1J 8BA, United Kingdom
Tel. +44 2078667602, Email: samuel.blake@montagu-evans.co.uk
Internet address: http://www.montagu-evans.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Knight Frank LLP
55 Baker Street, London, W1U 8AN, United Kingdom
Tel. +44 2078611133, Email: james.leaver@knightfrank.com
Internet address: http://www.knightfrank.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
BNP Paribas Real Estate Advisory & Property Management UK Limited
4 Aldermanbury Square, London, EC2V 7BP, United Kingdom
Tel. +44 2073384895, Email: adam.francis@realestate.bnpparibas.com
Internet address: https://www.realestate.bnpparibas.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 42,500 / Highest offer: 97,750
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 5
Title: Consultancy Services and Strategic Valuations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Lambert Smith Hampton Group Limited
UK House, 180 Oxford Street, London, W1D 1NN, United Kingdom
Tel. +44 2071982236, Email: nbrown@lsh.co.uk
Internet address: http://www.lsh.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
Montagu Evans LLP
5 Bolton Street, London, W1J 8BA, United Kingdom
Tel. +44 2078667602, Email: samuel.blake@montagu-evans.co.uk
Internet address: http://www.montagu-evans.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Knight Frank LLP
55 Baker Street, London, W1U 8AN, United Kingdom
Tel. +44 2078611133, Email: james.leaver@knightfrank.com
Internet address: http://www.knightfrank.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Aspire Development Management Limited
Holden House, 57 Rathbone Place, London, W1T 1JU, United Kingdom
Tel. +44 7801621779, Email: phopson@aspiredm.com
Internet address: http://aspiredm.com/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Carter Jonas LLP
One Chapel Place, London, W1G 0BG, United Kingdom
Tel. +44 2075183250, Email: katy.blake@carterjonas.co.uk
Internet address: https://www.carterjonas.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 18,540 / Highest offer: 62,325
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 6
Title: Building Surveying Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/12/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Wilks Head & Eve LLP
6th Floor, Fairgate House, 78 New Oxford Street, London, WC1A 1HB, United Kingdom
Tel. +44 2076378471, Email: joakes@wilks-head.co.uk
Internet address: https://www.wilks-head.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
BNP Paribas Real Estate Advisory & Property Management UK Limited
4 Aldermanbury Square, London, EC2V 7BP, United Kingdom
Tel. +44 2073384895, Email: adam.francis@realestate.bnpparibas.com
Internet address: https://www.realestate.bnpparibas.co.uk/
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Summers-Inman Construction & Property Consultants LLP
62 The Drive, Gosforth, Newcastle upon Tyne, NE3 4AR, United Kingdom
Tel. +44 2085498863, Email: james.milton@summers-inman.co.uk
Internet address: http://www.summers-inman.co.uk/
NUTS Code: UKC22
The contractor is an SME: Yes
Contractor (No.4)
Stace LLP
273 High Street, Epping, Essex, CM16 4DA, United Kingdom
Tel. +44 1992565529, Email: r.canton@stace.co.uk
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 42,500 / Highest offer: 97,750
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=296478835
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal High Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/01/2018
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
London Borough of Richmond Upon Thames
Civi Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: npenseh@wandsworth.gov.uk
Main Address: https://www.richmond.gov.uk/
NUTS Code: UKI75