Property Investment Management Watford
The Council wishes to ensure a balance of risk through diversity and to improve the income received by the Council.
United Kingdom-Watford: Commercial property management services
2016/S 080-141339
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall
Watford
WD17 3EX
UNITED KINGDOM
Contact person: Corporate Procurement Manager
Telephone: +44 1923278370
E-mail: howard.hughes@watford.gov.uk
NUTS code: UKH23Internet address(es):Main address: https://www.watford.gov.ukAddress of the buyer profile: https://www.watford.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Property Investment Management.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Management and Development of the Council’s investment property portfolio as described in each Lot below. The portfolio in total is worth approx. 105 000 000 GBP. The Council wishes to ensure a balance of risk through diversity and to improve the income received by the Council.
II.1.5)Estimated total value
II.1.6)Information about lots
The Authority will not be awarding contracts for all 3 Lots — either the Authority will award a single contract for Lot 3 or will enter into 2 contracts for Lots 1 and 2.
II.2.1)Title:
Core Investment Portfolio
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire, United Kingdom.
II.2.4)Description of the procurement:
A portfolio with a nominal value of 85 000 000 GBP producing a rent roll of 5 250 000 GBP, which includes the INTU Shopping Centre and Charter Place in Watford. This portfolio excludes the Council’s interests in Watford Business Park (see Lot 2). Further information is set out in the tender documents available as set out in Section I.3) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
II.2.9)Information about the limits on the number of candidates to be invited
In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
The Council will have an option to extend / renew as above.
II.2.13)Information about European Union funds
II.2.1)Title:
Watford Business Park
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire, United Kingdom.
II.2.4)Description of the procurement:
This portfolio includes the Council’s interests in Watford Business Park only. The Council own the freehold of this 67 acre site which is valued at approximately 15 000 000 GBP. Geared ground rents currently provide the Council with an income of approximately 650 000 GBP per annum. Further information is set out in the tender documents available as set out in Section I.3) above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
II.2.9)Information about the limits on the number of candidates to be invited
In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
The Council will have an option to extend / renew as above.
II.2.13)Information about European Union funds
II.2.1)Title:
Core Investment Portfolio and Watford Business Park
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire, United Kingdom.
II.2.4)Description of the procurement:
Lot 3 is for bidders who wish to bid for both Lots 1 and 2 — the Council will be interested in any economies of scale resulting from such an approach. The description for Lot 3 is therefore the same as the description for both Lots 1 and 2.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An option on the part of the Council to renew / extend the contract for a further period of up to 60 months.
II.2.9)Information about the limits on the number of candidates to be invited
In accordance with regulations 57 and 58 of the Public Contracts Regulations 2015 and in accordance with the pre-qualification questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
The Council will have an option to extend / renew as above.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Suppliers must be registered with the Royal Institute of Chartered Surveyors (RICS).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the invitation to tender.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.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. 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 in the procurement documents available as set out in I.1) above.
Expressions of Interest for this opportunity must be submitted, including a completed online questionnaire via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on: https://www.delta-esourcing.com
You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 6Y4GB8733S.
Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an online questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing help desk on 0845 270 7050 or email helpdesk@delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Commercial-property-management-services./6Y4GB8733S
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6Y4GB8733S
GO Reference: GO-2016420-PRO-8093795.
VI.4.1)Review body
Town Hall
Watford
WD17 3EX
UNITED KINGDOM
Telephone: +44 193278370
E-mail: howard.hughes@watford.gov.ukInternet address:https://www.watford.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Property Consultancy Services Framework
Investment Agent for Northgate Development