Watford Borough Council: Property Investment Management

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Property Investment Management
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: Management and Development of the Council's investment property portfolio as described in each Lot below. The portfolio in total is worth approx £105M. The Council wishes to ensure a balance of risk through diversity and to improve the income received by the Council.
Published: 20/04/2016 19:57
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-Watford: Commercial property management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Watford Borough Council
             Town Hall, Watford, WD17 3EX, United Kingdom
             Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
             Contact: Corporate Procurement Manager
             Main Address: https://www.watford.gov.uk, Address of the buyer profile: https://www.watford.gov.uk
             NUTS Code: UKH23
      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: http://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./6Y4GB8733S
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/6Y4GB8733S 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: Property Investment Management       
      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: Management and Development of the Council's investment property portfolio as described in each Lot below. The portfolio in total is worth approx £105M. The Council wishes to ensure a balance of risk through diversity and to improve the income received by the Council.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      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: The Authority will not be awarding contracts for all 3 Lots – either the Authority will award a single contract for Lot 3 or will enter into two contracts for Lots 1 and 2.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Core Investment Portfolio       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A portfolio with a nominal value of £85 million producing a rent roll of £5.25 million, which includes the INTU Shopping Centre and Charter Place in Watford. This portfolio excludes the Council’s interests in Watford Business Park (see Lot 2) Further information is set out in the tender documents available as set out in Section I.3 above
      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: 1,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of cadidates: In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Council will have an option to extend / renew as above.
      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. 2
      
      II.2.1) Title: Watford Business Park       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This portfolio includes the Council’s interests in Watford Business Park only. The Council own the freehold of this 67 acre site which is valued at approximately £15M. Geared ground rents currently provide the Council with an income of approximately £650,000 per annum. Further information is set out in the tender documents available as set out in Section I.3 above.
      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: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of cadidates: In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Council will have an option to extend / renew as above.
      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: Core Investment Portfolio and Watford Business Park       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      70332200 - Commercial property management services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3 is for bidders who wish to bid for both Lots 1 and 2 – the Council will be interested in any economies of scale resulting from such an approach. The description for Lot 3 is therefore the same as the description for both Lots 1 and 2.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of cadidates: In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Council will have an option to extend / renew as above.
      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:          
      Suppliers must be registered with the Royal Institute of Chartered Surveyors (RICS)    
      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 invitation to tender.          
      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: Yes    

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        
         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: 23/05/2016 Time: 12:00
      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): 4
      
      

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 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.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 in the procurement documents available as set out in I.1 above.

Expressions of Interest for this opportunity must be submitted, including a completed on-line questionnaire, via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.

The information and documents for this opportunity are available on https://www.delta-esourcing.com

You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 6Y4GB8733S

Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an on-line questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./6Y4GB8733S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6Y4GB8733S
   VI.4) Procedures for review
   VI.4.1) Review body:
             Watford Borough Council
       Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 193278370, Email: howard.hughes@watford.gov.uk
       Internet address: https://www.watford.gov.uk
   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: 20/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Watford: Commercial property management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Watford Borough Council
       Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Contact: Corporate Procurement Manager
       Main Address: https://www.watford.gov.uk, Address of the buyer profile: https://www.watford.gov.uk
       NUTS Code: UKH23

   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: Property Investment Management            
      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: Management and Development of the Council's investment property portfolio as described in each Lot below. The portfolio in total is worth approx £105M. The Council wishes to ensure a balance of risk through diversity and to improve the income received by the Council.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,180,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Core Investment Portfolio   
      Lot No:1

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


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      Hertfordshire
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: A portfolio with a nominal value of £85 million producing a rent roll of £5.25 million, which includes the INTU Shopping Centre and Charter Place in Watford. This portfolio excludes the Council’s interests in Watford Business Park (see Lot 2) Further information is set out in the tender documents available as set out in Section I.3 above

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Council will have an option to extend / renew as above.

      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. 2)
   

      II.2.1) Title:Watford Business Park   
      Lot No:2

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


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      Hertfordshire
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This portfolio includes the Council’s interests in Watford Business Park only. The Council own the freehold of this 67 acre site which is valued at approximately £15M. Geared ground rents currently provide the Council with an income of approximately £650,000 per annum. Further information is set out in the tender documents available as set out in Section I.3 above.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Council will have an option to extend / renew as above.

      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:Core Investment Portfolio and Watford Business Park   
      Lot No:3

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


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      Hertfordshire
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 3 is for bidders who wish to bid for both Lots 1 and 2 – the Council will be interested in any economies of scale resulting from such an approach. The description for Lot 3 is therefore the same as the description for both Lots 1 and 2.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Council will have an option to extend / renew as above.

      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: 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
       Notice number in the OJEU: 2016/S 80-141339
      
   

   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: Core Investment Portfolio

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Watford Business Park

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Core Investment Portfolio and Watford Business Park

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 4          
         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: No
         
         Contractor (No.1)
             Lambert Smith Hampton Group Limited
             United Kingdom House, 180 Oxford Street, Floor 5 - Lambert Smith Hampton, London, W1D 1NN, United Kingdom
             Tel. +44 2071982065, Email: chornung@lsh.co.uk
             Internet address: http://www.lsh.co.uk/
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,000,000          
         Total value of the contract/lot: 2,180,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=215185753

   VI.4) Procedures for review

      VI.4.1) Review body
          Watford Borough Council
          Town Hall, Watford, WD17 3EX, United Kingdom
          Tel. +44 193278370, Email: howard.hughes@watford.gov.uk
          Internet address: https://www.watford.gov.uk

      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: 18/08/2016