London Boroughs of Richmond and Wandsworth: Provision of Professional Property Services

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Professional Property Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: Contracts for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames.
Published: 07/07/2021 18:09

View Full Notice

UK-London: Commercial property management services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
             Contact: Ishmam Choudhury
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
             NUTS Code: UKI34
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: https://www.delta-esourcing.com
      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: Provision of Professional Property Services       
      Reference Number: 2662
      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: 3,240,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Yes

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Landlord Services       
      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:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: Provision of Estate Management service to the Council in respect of all properties listed on the Property Lists 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.

For further information, please see the procurement documentation.
      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: 2,700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 72       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract includes an extension option of up to two years
      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: Note that the London Borough of Richmond Upon Thames shall also be party to this contract. Please see the ITT for further information.

To access this tender, please sign in to delta esourcing and use access code: K9HEB9Y7R2       
II.2) Description Lot No. 2
      
      II.2.1) Title: RATING AND ASSET VALUATION SERVICES       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      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. Further information is found in the procurement documents
      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: 540,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 72       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Contract involves a 2 year extension option at the Council's absolute discretion
      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 London Borough of Richmond Upon Thames is party to this contract. See ITT for further information.

To access the tender documents, please sign in to delta esourcing and use access code: K9HEB9Y7R2       


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:          
      Not Provided       
      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 stated in the procurement documents.          
      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 OPEN
      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    
         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: 17/08/2021 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/08/2021
         Time: 12:00
         Place:
         Wandsworth
      

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=608808161
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, Wandsworth High Street, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          70 Whitehall, London, SW1 2AS, United Kingdom
          Tel. +44 2072761234
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the buyer as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the public contracts Regulations 2015 (SI 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant buyer to pay a fine, and /or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Royal Courts of Justice
       The Strand, Wandsworth High Street, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.5) Date Of Dispatch Of This Notice: 07/07/2021

Annex A


View any Notice Addenda

Provision of Professional Property Services

UK-London: Commercial property management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Provision of Professional Property Services      Reference number: 2662      
   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.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 15/07/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 328160   
   Notice number in OJ S:    2021/S 000 - 015803
   Date of dispatch of the original notice: 07/07/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1          
         Lot No: 1          
         Place of text to be modified: II.I.5, II.2.6          
         Instead of: II.1.5 - £3,240,000 II.2.6 - £2,700,000          
         Read: II.I.5 - £3,840,000 II.2.6 - £3,300,000, Lot 2 - total value -£540,000
                                    
   
VII.2) Other 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=610902502



Provision of Professional Property Services

UK-London: Commercial property management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Provision of Professional Property Services      Reference number: 2662      
   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.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/08/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 328160   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 07/07/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.7          
         Lot No: Not provided          
         Place of text to be modified: IV.2.7          
         Instead of: 17/08/2021          
         Read: 25/08/2021
                                    
   
VII.2) Other 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=618285821


View Award Notice