Contract

Provision of Professional Property Services

  • London Borough of Wandsworth

F03: Contract award notice

Notice identifier: 2022/S 000-014624

Procurement identifier (OCID): ocds-h6vhtk-02c47e

Published 25 May 2022, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Contact

Ishmam Choudhury

Email

ishmam.choudhury@richmondandwandsworth.gov.uk

Telephone

+44 2088715021

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

https://www.wandsworth.gov.uk

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

Provision of Professional Property Services

Reference number

2662

two.1.2) Main CPV code

  • 70332200 - Commercial property management services

two.1.3) Type of contract

Services

two.1.4) Short description

Contracts for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £540,000

two.2) Description

two.2.1) Title

RATING AND ASSET VALUATION SERVICES

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
  • UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance

Wandsworth,Hounslow and Richmond upon Thames

two.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. Further information is found in the procurement documents

two.2.5) Award criteria

Cost criterion - Name: quality / Weighting: 20

Cost criterion - Name: price / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

4 years with a further 2 year extension period at the Council's absolute discretion

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-015628


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 April 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

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

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Wilks Head and Eve LLP

55 New Oxford Street, 3rd Floor

London

WC1A 1BS

Email

ishmam.choudhury@richmondandwandsworth.gov.uk

Telephone

+44 2076378471

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

OC315743

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £540,000

Total value of the contract/lot: £567,360

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=693062048

GO Reference: GO-2022525-PRO-20198162

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The council incorporated a minimum 10 calendar days standstill period at the point information on the award of the contracts was communicated to Tenderers. Applicants who were unsuccessful were informed by the buyer as soon as possible after the decision had been made as to the reasons why the applicant was unsuccessful. The purpose of the standstill period referred to above was to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Telephone

+44 20888716000

Country

United Kingdom