Investment and Development is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework for Commercial Agency Services |
Notice type: | Contract 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: | 24/04/2023 14:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Property-management-services-of-real-estate-on-a-fee-or-contract-basis./6C7634VEG3
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: 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: 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.1.5) Estimated total value:
Value excluding VAT: 1,400,000
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: Not provided
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: 1.1Lot 1:Commercial sales and acquisitions
Lot No: Lot 1
II.2.2) Additional CPV codes:
70332200 - Commercial property management services.
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of 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:
Criteria below
Quality criterion - Name: Quality via method statements / Weighting: 60
Cost criterion - Name: Financial Bid Back / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 466,000
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: Yes
Description of renewals: Being let on the basis of 2+2 years
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: 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 codes:
70331000 - Residential property services.
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of 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:
Criteria below
Quality criterion - Name: Method statement scores / Weighting: 60
Cost criterion - Name: Financial bid back score / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 466,000
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: Yes
Description of renewals: Being let on a 2+2 basis
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: 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 codes:
70332000 - Non-residential property services.
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of 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:
Criteria below
Quality criterion - Name: Method statement scores / Weighting: 60
Cost criterion - Name: Financial Bid Backj / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 466,000
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: Yes
Description of renewals: Being let on a 2+2 basis
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: Not provided
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
Not Provided
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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: Yes
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: 07/06/2023 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 07/06/2023
Time: 12:00
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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-Camberley:-Property-management-services-of-real-estate-on-a-fee-or-contract-basis./6C7634VEG3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6C7634VEG3
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand,, London,, WC2A 2LL, United Kingdom
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:
Royal Courts of Justice
Strand,, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 24/04/2023
Annex A
View any Notice Addenda
View Award Notice
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