Investment and Development: Framework for Commercial Agency Services

  Investment and Development has published this notice through Delta eSourcing

Notice Summary
Title: Framework for Commercial Agency Services
Notice type: Contract Award Notice
Authority: Investment and Development
Nature of contract: Services
Procedure: Open
Short Description: Surrey Heath Borough Council (SHBC) is currently looking to set up a new multi-agency framework for SHBC investment agency services. Appointed suppliers will support the Council with acquisitions and disposals of property and land. The agents will be required to assist with the acquisition and disposal of retail, office, leisure, industrial and community assets. There is a further requirement for the agents to review the market for potential acquisition opportunities that may be of interest to the Council and present those for consideration. The Council will consider the assets that meet the following criteria: assist regeneration, promote economic growth, protect employment. There will be 3 lots:- 1.1Lot 1:Commercial sales and acquisitions 1.2Lot 2: residential sales and acquisitions 1.3Lot 3: retails sales and acquisitions Please note that the Council will be holding a bidder information meeting between the 9th and 12th May 2023.
Published: 09/08/2023 10:55

View Full Notice

UK-Camberley: Property management services of real estate on a fee or contract basis.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Surrey Heath Borough Council
       Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
       Tel. +44 7970659846, Email: vincent@vfhuntltd.onmicrosoft.com
       Contact: Vincent Hunt
       Main Address: https://www.surreyheath.gov.uk
       NUTS Code: UKJ25

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      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.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: Framework for Commercial Agency Services            
      Reference number: 777289126

      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: Surrey Heath Borough Council (SHBC) is currently looking to set up a new multi-agency framework for SHBC investment agency services. Appointed suppliers will support the Council with acquisitions and disposals of property and land. The agents will be required to assist with the acquisition and disposal of retail, office, leisure, industrial and community assets. There is a further requirement for the agents to review the market for potential acquisition opportunities that may be of interest to the Council and present those for consideration. The Council will consider the assets that meet the following criteria: assist regeneration, promote economic growth, protect employment. There will be 3 lots:- 1.1Lot 1:Commercial sales and acquisitions 1.2Lot 2: residential sales and acquisitions 1.3Lot 3: retails sales and acquisitions Please note that the Council will be holding a bidder information meeting between the 9th and 12th May 2023.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,398,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:1.1Lot 1:Commercial sales and acquisitions   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            70332200 - Commercial property management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ25 - West Surrey
   
      Main site or place of performance:
      West Surrey
             

      II.2.4) Description of the procurement: The Specification of Services to be provided under Lot 1 are set out below: 3.1.1 Overview of Surveying Services Requirements The Council requires the Framework Provider to be able to provide professional management, advice, guidance, negotiation and assistance on property and estates issues but for all the services on the following list. This list covers the main services required: Acquisition of freehold and leasehold property Disposal (includes letting and or commercial arrangements) of freehold and leasehold property Rent reviews Lease breaks and lease expires Lease renewals Dilapidations Landlord and Tenant issues including Landlord consents, service charges and claims Rating support services Strategic advice including the preparation and development of an estate strategy Procurement strategy for property related issues. Development consultancy and advice Valuations Planning and Planning Viability Assessments Condition surveys General advice on estate and property management General management duties Compulsory purchase Daylighting/ sunlighting/ overshadowing and rights of light Party wall awards Wayleaves and easements Other neighbourly matters

      II.2.5) Award criteria:
      Quality criterion - Name: Quality via method statements / Weighting: 60
                  
      Cost criterion - Name: Financial Bid Back / Weighting: 40
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6C7634VEG3

   II.2) Description (lot no. 2)
   

      II.2.1) Title:1.2Lot 2: residential sales and acquisitions   
      Lot No:2

      II.2.2) Additional CPV code(s):
            70331000 - Residential property services.


      II.2.3) Place of performance
      Nuts code:
      UKJ25 - West Surrey
   
      Main site or place of performance:
      West Surrey
             

      II.2.4) Description of the procurement: The Specification of Services to be provided under Lot 2 are set out below: 3.3.1 Disposal of freehold and leasehold property including shared ownership properties – Residential Where surplus property, space or holdings have been identified and, on receipt of an Order, the Provider will provide an initial report with budget costs, forecast incomes, anticipated outcomes and timings which take into account market conditions and risks, together with a recommendation to achieve the most favourable outcome for the Council. Following agreement with the Council, the Provider will undertake and manage the marketing and disposal through to a satisfactory conclusion for the Council and will provide a comprehensive final report to support a recommendation, including any need to claw back, with advice on amounts and mechanism. 3.3.2 Acquisition of freehold and leasehold property including shared ownership properties - Residential Following agreement on a procurement strategy, the Provider will undertake and manage a comprehensive search of available property solutions. 3.3.3 Valuations – Residential Valuations to the appropriate RICS standards are to be provided by the Provider where necessary in the provision of the Surveying Services outlined above. The Council may require independent standalone valuations which can take a number of forms including: Full valuations In accordance with RICS Valuation – Professional Standards March 2012, capital and rental values. Desk top Based upon property information provided by the Council, without the need for inspection – capital and rentals values. Capital Charge For internal charging purposes. Valuations to be based upon current open market existing use value (EUV); alternative use value (AUV), where that is greater and apportioned between land and buildings, with an assessment of remaining economic life. Independent ‘check’ valuations Verification of capital and rental values.

      II.2.5) Award criteria:
      Quality criterion - Name: Method statement scores / Weighting: 60
                  
      Cost criterion - Name: Financial bid back score / Weighting: 40
            

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:LOT 3 - RETAIL SALES, ACQUISITIONS, VALUATIONS, LETTINGS, MANAGEMENT   
      Lot No:3

      II.2.2) Additional CPV code(s):
            70332000 - Non-residential property services.


      II.2.3) Place of performance
      Nuts code:
      UKJ25 - West Surrey
   
      Main site or place of performance:
      West Surrey
             

      II.2.4) Description of the procurement: The Specification of Services to be provided under Lot 3 are set out below: 3.4.1 Disposal of freehold and leasehold property – Retail Where surplus property, space or holdings have been identified and, on receipt of an Order, the Provider will provide an initial report with budget costs, forecast incomes, anticipated outcomes and timings which take into account market conditions and risks, together with a recommendation to achieve the most favourable outcome for the Council. Following agreement with the Council, the Provider will undertake and manage the marketing and disposal through to a satisfactory conclusion for the Council and will provide a comprehensive final report to support a recommendation, including any need to claw back, with advice on amounts and mechanism. 3.4.2 Acquisition of freehold and leasehold property - Retail Following agreement on a procurement strategy, the Provider will undertake and manage a comprehensive search of available property solutions. 3.4.3 Valuations – Retail Valuations to the appropriate RICS standard are to be provided by the Provider where necessary in the provision of Estates Services outlined above. The Council may require independent standalone valuations which can take a number of forms including: Full valuations In accordance with RICS Valuation – Professional Standards March 2012, capital and rental values.

      II.2.5) Award criteria:
      Quality criterion - Name: Method statement scores / Weighting: 60
                  
      Cost criterion - Name: Financial Bid Back / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-011704
      
   

   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: Commercial Agency Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 11
         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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             CITICENTRIC LIMITED, UK
             CITICENTRIC HOUSE, 20 THE GROVE, WOKING, GU21 4AE, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.2)
             LAMBERT SMITH HAMPTON GROUP LIMITED, UK
             55 WELLS STREET, LONDON, W1T 3PT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             VAIL WILLIAMS LLP, UK
             VAIL WILLIAMS LLP, SAVANNAH HOUSE, 3 OCEAN WAY, OCEAN VILLAGE, SOUTHAMPTON, SO14 3TJ, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: Yes
         
         Contractor (No.4)
             HARTNELL TAYLOR COOK LLP, UK
             NIGHTINGALE HOUSE, REDLAND HILL, REDLAND, BRISTOL, BS6 6SH, United Kingdom
             NUTS Code: UKK1
            The contractor is an SME: Yes
         
         Contractor (No.5)
             JONES LANG LA SALLE LIMITED, UK
             30 WARWICK STREET, LONDON, W1B 5NH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             STILES HAROLD WILLIAMS PARTNERSHIP LLP, UK
             21- 33 DYKE ROAD, BRIGHTON, BN1 3FE, United Kingdom
             NUTS Code: UKJ21
            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: 466,000          
         Total value of the contract/lot: 466,000
         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: Residential Sales and Acquisitions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             PHI CAPITAL INVESTMENTS LIMITED, UK
             CHERTSEY ROAD, 61 CHERTSEY ROAD, WOKING, GU21 5BN, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.2)
             LAMBERT SMITH HAMPTON GROUP LIMITED, UK
             55 WELLS STREET, LONDON, W1T 3PT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             MADISON BROOK LIMITED, UK
             RAILWAY ARCHES, 8A CHANCEL STREET, LONDON, SE1 OUR, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             STILES HAROLD WILLIAMS PARTNERSHIP (SHW) LLP, UK
             21- 33 DYKE ROAD, BRIGHTON, BN1 3FE, United Kingdom
             NUTS Code: UKJ21
            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: 466,000          
         Total value of the contract/lot: 466,000
         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: RETAIL SALES AND ACQUISITIONS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             SPECIALIST PROPERTY ADVISORS UK LLP TRADING AS BODDY AND EDWARDS, UK
             CLUB CHAMBERS, MUSEUM STREET, YORK, YO1 7DN, United Kingdom
             NUTS Code: UKE21
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CITICENTRIC LIMITED, UK
             CITICENTRIC HOUSE, 20 THE GROVE, WOKING, GU21 4AE, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.3)
             HARTNELL TAYLOR COOK LLP, UK
             NIGHTINGALE HOUSE, REDLAND HILL, REDLAND, BRISTOL, BS6 6SH, United Kingdom
             NUTS Code: UKK11
            The contractor is an SME: Yes
         
         Contractor (No.4)
             JONES LANG LA SALLE LIMITED, UK
             30 WARWICK STREET, LONDON, W1B 5NH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             OWEN ISHERWOOD LIMITED, UK
             1 WEY COURT, MARY ROAD, GUILDFORD, GU1 4QU, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.6)
             STILES HAROLD WILLIAMS PARTNERSHIP (SHW) LLP, UK
             21- 33 DYKE ROAD, BRIGHTON, BN1 3FE, United Kingdom
             NUTS Code: UKJ21
            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: 466,000          
         Total value of the contract/lot: 466,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=800232832

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand,, London, WC2A 2LL, United Kingdom

      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
          Royal Courts of Justice
          Strand,, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 09/08/2023




View any Notice Addenda

View Award Notice