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.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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,398,000
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.2.11) 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.2.11) 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 Back / Weighting: 40
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 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-011704
Section five. Award of contract
Lot No
1
Title
Commercial Agency Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2023
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 7
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: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CITICENTRIC LIMITED
CITICENTRIC HOUSE, 20 THE GROVE
WOKING
GU21 4AE
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LAMBERT SMITH HAMPTON GROUP LIMITED
55 WELLS STREET
LONDON
W1T 3PT
Country
United Kingdom
NUTS code
- UKI - London
National registration number
UK
The contractor is an SME
No
five.2.3) Name and address of the contractor
VAIL WILLIAMS LLP
VAIL WILLIAMS LLP, SAVANNAH HOUSE, 3 OCEAN WAY, OCEAN VILLAGE
SOUTHAMPTON
SO14 3TJ
Country
United Kingdom
NUTS code
- UKJ32 - Southampton
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
HARTNELL TAYLOR COOK LLP
NIGHTINGALE HOUSE, REDLAND HILL, REDLAND
BRISTOL
BS6 6SH
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
JONES LANG LA SALLE LIMITED
30 WARWICK STREET
LONDON
W1B 5NH
Country
United Kingdom
NUTS code
- UKI - London
National registration number
UK
The contractor is an SME
No
five.2.3) Name and address of the contractor
STILES HAROLD WILLIAMS PARTNERSHIP LLP
21- 33 DYKE ROAD
BRIGHTON
BN1 3FE
Country
United Kingdom
NUTS code
- UKJ21 - Brighton and Hove
National registration number
UK
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: £466,000
Total value of the contract/lot: £466,000
Section five. Award of contract
Lot No
2
Title
Residential Sales and Acquisitions
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
PHI CAPITAL INVESTMENTS LIMITED
CHERTSEY ROAD, 61 CHERTSEY ROAD
WOKING
GU21 5BN
Country
United Kingdom
NUTS code
- UKJ25 - West Surrey
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LAMBERT SMITH HAMPTON GROUP LIMITED
55 WELLS STREET
LONDON
W1T 3PT
Country
United Kingdom
NUTS code
- UKI - London
National registration number
UK
The contractor is an SME
No
five.2.3) Name and address of the contractor
MADISON BROOK LIMITED
RAILWAY ARCHES, 8A CHANCEL STREET
LONDON
SE1 OUR
Country
United Kingdom
NUTS code
- UKI - London
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
STILES HAROLD WILLIAMS PARTNERSHIP (SHW) LLP
21- 33 DYKE ROAD
BRIGHTON
BN1 3FE
Country
United Kingdom
NUTS code
- UKJ21 - Brighton and Hove
National registration number
UK
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: £466,000
Total value of the contract/lot: £466,000
Section five. Award of contract
Lot No
3
Title
RETAIL SALES AND ACQUISITIONS
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2023
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 6
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
SPECIALIST PROPERTY ADVISORS UK LLP TRADING AS BODDY AND EDWARDS
CLUB CHAMBERS, MUSEUM STREET
YORK
YO1 7DN
Country
United Kingdom
NUTS code
- UKE21 - York
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CITICENTRIC LIMITED
CITICENTRIC HOUSE, 20 THE GROVE
WOKING
GU21 4AE
Country
United Kingdom
NUTS code
- UKJ25 - West Surrey
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
HARTNELL TAYLOR COOK LLP
NIGHTINGALE HOUSE, REDLAND HILL, REDLAND
BRISTOL
BS6 6SH
Country
United Kingdom
NUTS code
- UKK11 - Bristol, City of
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
JONES LANG LA SALLE LIMITED
30 WARWICK STREET
LONDON
W1B 5NH
Country
United Kingdom
NUTS code
- UKI - London
National registration number
UK
The contractor is an SME
No
five.2.3) Name and address of the contractor
OWEN ISHERWOOD LIMITED
1 WEY COURT, MARY ROAD
GUILDFORD
GU1 4QU
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
UK
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
STILES HAROLD WILLIAMS PARTNERSHIP (SHW) LLP
21- 33 DYKE ROAD
BRIGHTON
BN1 3FE
Country
United Kingdom
NUTS code
- UKJ21 - Brighton and Hove
National registration number
UK
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: £466,000
Total value of the contract/lot: £466,000
Section six. Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=800232832" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=800232832
GO Reference: GO-202389-PRO-23610059
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