Section one: Contracting authority
one.1) Name and addresses
Surrey Heath Borough Council
Surrey Heath House, Knoll Road
Camberley
GU15 3HD
Contact
Vincent Hunt
vincent@vfhuntltd.onmicrosoft.com
Telephone
+44 7970659846
Country
United Kingdom
Region code
UKJ25 - West Surrey
Internet address(es)
Main address
https://www.surreyheath.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for Commercial Agency Services
Reference number
777289126
two.1.2) Main CPV code
- 70330000 - Property management services of real estate on a fee or contract basis
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
1.1Lot 1:Commercial sales and acquisitions
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
West Surrey
two.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
two.2.5) Award criteria
Quality criterion - Name: Quality via method statements / Weighting: 60
Cost criterion - Name: Financial Bid Back / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £466,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6C7634VEG3
two.2) Description
two.2.1) Title
1.2Lot 2: residential sales and acquisitions
Lot No
2
two.2.2) Additional CPV code(s)
- 70331000 - Residential property services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
West Surrey
two.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.
two.2.5) Award criteria
Quality criterion - Name: Method statement scores / Weighting: 60
Cost criterion - Name: Financial bid back score / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £466,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
LOT 3 - RETAIL SALES, ACQUISITIONS, VALUATIONS, LETTINGS, MANAGEMENT
Lot No
3
two.2.2) Additional CPV code(s)
- 70332000 - Non-residential property services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
West Surrey
two.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.
two.2.5) Award criteria
Quality criterion - Name: Method statement scores / Weighting: 60
Cost criterion - Name: Financial Bid Backj / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £466,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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" target="_blank">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" target="_blank">https://www.delta-esourcing.com/respond/6C7634VEG3
GO Reference: GO-2023424-PRO-22613080
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand,
London,
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand,
London
WC2A 2LL
Country
United Kingdom