- Scope of the procurement
- Lot 1. General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department, Services where the Council is the Tenant. Acquisitions & Non-Residential Sales
- Lot 2A. Disposal by Auction
- Lot 2B. Complex Disposals
- Lot 3. Planning Consultancy advice and valuations relating to Planning and Development Control
- Lot 4. Consultancy Services and Strategic Valuations
- Lot 5. Quantity Surveying Services
- Lot 6. Building Surveying Services
Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
Contact
Ishmam Choudhury
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
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
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
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
CPT/2662
two.1.2) Main CPV code
- 70332200 - Commercial property management services
two.1.3) Type of contract
Services
two.1.4) Short description
A multi-lot framework agreement for the provision of professional property services for the London Boroughs of Wandsworth and Richmond upon Thames.
two.1.5) Estimated total value
Value excluding VAT: £1,064,000
two.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: 7
two.2) Description
two.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
1
two.2.2) Additional CPV code(s)
- 70332000 - Non-residential property services
- 70331000 - Residential property services
- 70332300 - Industrial property 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
Provision of General Valuations; Right-to-Buy Valuations; Transactions for the Housing Department; Services where the Council is the Tenant; Acquisitions & Non-Residential Sales
Further information is found in the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As defined in the procurement documents
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only
two.2) Description
two.2.1) Title
Disposal by Auction
Lot No
Lot 2A
two.2.2) Additional CPV code(s)
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 79342400 - Auction 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
The provision of undertaking disposal of Council owned residential properties which are surplus to operational requirements. For further information, please see the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please see the procurement documents for further information
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only
two.2) Description
two.2.1) Title
Complex Disposals
Lot No
Lot 2B
two.2.2) Additional CPV code(s)
- 70121000 - Building sale or purchase services
- 70121100 - Building sale services
- 79342400 - Auction 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
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. Further information is found in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Please see the procurement documents for more infomation
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
two.2) Description
two.2.1) Title
Planning Consultancy advice and valuations relating to Planning and Development Control
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 70100000 - Real estate services with own property
- 70130000 - Letting services of own property
- 70200000 - Renting or leasing services of own property
- 70210000 - Residential property renting or leasing services
- 70331000 - Residential property 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
Upon instruction by the Head of Development Management, the Contractor shall provide viability advice and any such other property advice as may be required on planning development management issues. Advice most commonly required by the Council in connection with planning applications and appeals is in respect of properties not within the Council’s Service Property Portfolio. For further information, please see the procurement documents provided.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As provided in the procurement documentation
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
two.2) Description
two.2.1) Title
Consultancy Services and Strategic Valuations
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 73220000 - Development consultancy services
- 71315200 - Building consultancy services
- 79418000 - Procurement 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
Provision of Building Surveying Services – Building Surveys; Dilapidations and Party Wall Negotiations.
For further information, please see the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As defined in the procurement documents
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only.
two.2) Description
two.2.1) Title
Quantity Surveying Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
- 71315210 - Building services consultancy services
- 79415200 - Design consultancy services
- 90713000 - Environmental issues 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
To provide estimated costs of construction, development refurbishment and maintenance in accordance with RIBA work stages and RICS best practice , provide budgetary information and work alongside teams delivering capital projects for the Council and ensure capital building projects are professionally costed in line with best practice. For more information, please see the procurement documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As defined in the procurement documents
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only
two.2) Description
two.2.1) Title
Building Surveying Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71324000 - Quantity surveying 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
To prepare and undertake any subsequent negotiations and agreements in relation to schedules of dilapidations/schedules of condition as necessary. Further information is provided in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As defined in the procurement documents
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
Please note that this is a four year framework agreement accessible to London Boroughs of Richmond and Wandsworth only
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the tender documentation
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 October 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GBZFV85NC2
GO Reference: GO-202176-PRO-18521742
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
SW18 2PU
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 will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the buyer as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the public contracts Regulations 2015 (SI 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant buyer to pay a fine, and /or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is 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
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom