Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Wandsworth Town Hall, Wandsworth High Street
Wandsworth High Street
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/UK-title/8RB5M2762Z
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
https://www.delta-esourcing.com/tenders/UK-title/8RB5M2762Z
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
Planning Consultancy advice and valuations relating to Planning and Development Control
two.1.2) Main CPV code
- 70332200 - Commercial property management services
two.1.3) Type of contract
Services
two.1.4) Short description
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.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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.2.10) 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/8RB5M2762Z
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 December 2021
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
3 December 2021
Local time
12:00pm
Place
Wandsworth
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/8RB5M2762Z
GO Reference: GO-20211028-PRO-19150759
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
, The Strand, London
London
SW18 2PU
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall, London
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
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
Telephone
+44 2088716000
Country
United Kingdom