London Boroughs of Richmond and Wandsworth: Professional Property Services

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Commercial property management services.
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

UK-London: Commercial property management services.

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