Section I: Contracting entity
I.1)Name and addresses
Official name: Thames Water Utilities Limited
Postal address: Procurement Support Centre - 6th Floor RBH, C/O Mail Room, Rose Kiln Court
Town: Reading
NUTS code: UKJ11 Berkshire
Postal code: RG2 0BY
Country: United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
I.6)Main activity
Water
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Property Management Services
Reference number: FA1436
II.1.2)Main CPV code
70000000 Real estate services
II.1.3)Type of contract
Services
II.1.4)Short description:
Thames Water wishes to award one or more framework agreements to supplier(s) capable of providing property management services to the Thames Water Group, across our entire business footprint and more widely if required. This could include (but is not limited to) estates and rents management, long term value creation, disposals, acquisitions and development planning relative to the Thames Water Group and Thames Tideway Tunnel property portfolios. Additionally we are seeking the provision of business rates advisory and appeal services.
Note that your client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.
II.1.6)Information about lots
This contract is divided into lots: yes
II.2)Description
II.2.1)Title:
TWUL Assets – Estates Management, Land Sales, Development and Planning
Lot No: 1
II.2.2)Additional CPV code(s)
70110000 Development services of real estate
70111000 Development of residential real estate
70112000 Development of non-residential real estate
70120000 Buying and selling of real estate
70121000 Building sale or purchase services
70121100 Building sale services
70121200 Building purchase services
70122000 Land sale or purchase services
70122100 Land sale services
70122110 Vacant-land sale services
70122200 Land purchase services
70122210 Vacant-land purchase services
70123000 Sale of real estate
70123100 Sale of residential real estate
70123200 Sale of non-residential estate
70300000 Real estate agency services on a fee or contract basis
70310000 Building rental or sale services
70320000 Land rental or sale services
70321000 Land rental services
70322000 Vacant-land rental or sale services
70330000 Property management services of real estate on a fee or contract basis
70331000 Residential property services
70331100 Institution management services
70332000 Non-residential property services
70332100 Land management services
70332200 Commercial property management services
70332300 Industrial property services
70333000 Housing services
II.2.3)Place of performance
NUTS code: UKI London
NUTS code: UKJ South East (England)
Main site or place of performance:
Whole of Thames Water Region
II.2.4)Description of the procurement:
The scope of this procurement is for the provision of specialist, property management and portfolio development services aligned to the Thames Water property portfolio and wider Thames Water Group portfolio. The Thames Water property estate includes c. 5300 sites across 16,000 acres of which c. 60% is in the Greenbelt or Metropolitan open land (MOL). In addition, we have a diverse range of assets that present an opportunity for Thames Water to generate additional income streams and value.
This LOT is split in to the following sub-sections:
- LOT 1 (a) TWUL Assets - Land Sales, Development and Development Planning
- LOT 1 (b) TWUL Assets - Estate Management and Planning
These sub-sections will be awarded as a single LOT but have been split out for the pupose of PQQ and ITN as the commercial and contractual models are very different.
Activities that we expect to be supported by this procurement could include (but are not limited to):
LOT 1 (a):
- Land disposals and sales
- Long term value creation (yield opportunities)
- Acquisitions
- Valuation support and project appraisal
- Strategic initiatives
- Planning and development planning
- Internal asset transfers
- Affordable housing
- Marriage value opportunities
- Alternative land use
- Accommodation strategy
- Aggregates
- Advertising
- Compulsory purchase advice
- Development consent order (DCO) advice
- Dedicated property director support
- Identification and the potential management of other potential income streams
- Interaction and engagement with Thames Water and its key stakeholder groups
LOT 1 (b):
- Estates management
- Rents management (including renewals)
- Lease renewals
- Property maintenance activities
- Service charge management
- Statutory compliance
- Accounting services and tax compliance
- Town planning
- Loss of business claims
- Interaction and engagement with Thames Water and its key stakeholder groups
Successful organisations should have a proven track record in property management and portfolio development services with an experienced, dedicated workforce to deliver the activities mentioned above. We expect successful organisations to operate as an integrated member of the Thames Water Property team, providing services and presence within the Thames Water offices in Reading and the Thames Tideway offices in central London (recommend two days per week unless agreed otherwise).
Additionally, Thames Water are seeking suppliers that will provide an innovative contribution towards our key areas of development:
- Maximising the value and revenues from our property portfolio over the next 10 years and beyond
- Building and identifying a sustainable strategy and pipeline of opportunity to support a 10-year (and beyond) plan
- Identifying and validating untapped, potential income streams and value creation within the Thames Water portfolio
For the avoidance of doubt the scope for this procurement does not include facilities management.
Scope detail for this LOT has been included in our PQQ documentation.
II.2.11)Information about options
Options: yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years with options to extend up to a maximum of 10 years in total. Performance against service levels will be measured and reviewed with appropriate remedies.
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Business Rates
Lot No: 3
II.2.2)Additional CPV code(s)
70300000 Real estate agency services on a fee or contract basis
70330000 Property management services of real estate on a fee or contract basis
70332200 Commercial property management services
II.2.3)Place of performance
NUTS code: UKI London
NUTS code: UKJ South East (England)
Main site or place of performance:
Whole of TW Region.
II.2.4)Description of the procurement:
Thames Water business rates are c. £119million per annum (Water is c£82m and Waste is c£37m). Candidates will need to have relevant experience and a dedicated resource to provide a comprehensive Rating consultancy service for the Portfolio.
The successful organisation will deliver advice and support over the Term on appeal strategy, and will maximise opportunities by managing appeal proceedings, including liaising with internal and external parties as necessary.
Activities that we expect to be supported by this procurement could include (but are not limited to):
- Rates accounting services
- Proactive asset survey reviews
- Rates billing payments
- Valuation office notice appeals
- Non-domestic rates consultancy
- Central rating list assessment
- Monthly reporting and input into budget forecasts and re-forecasts
The successful organisation should have a proven track record in ratings consultancy and an experienced, identified workforce to deliver the activities mentioned above.
The liability for rates is made up of over 430 rating hereditaments, plus a separate rateable value of £158m on the Central Rating list. The total rateable value for all the sites amounts to over £234m, including the Central list sum, with rates payable during 2019/20 in excess of £119m.
Scope detail for this lot has been included in our PQQ documentation.
II.2.11)Information about options
Options: yes
Description of options:
Any agreement awarded would be for an initial duration of 5 years with options to extend up to a maximum of 10 years in total. Performance against service levels will be measured and reviewed with appropriate remedies.
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 052-125027
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a periodic indicative notice
Section V: Award of contract
Contract No: 1
Lot No: 1a
Title:
Land Sales, Development and Development Planning
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
05/01/2022
V.2.3)Name and address of the contractor
Official name: Savills UK Ltd
Town: London
NUTS code: UKI London
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
V.2.5)Information about subcontracting
V.2.6)Price paid for bargain purchases
Section V: Award of contract
Contract No: 1
Lot No: 1a
Title:
Land Sales, Development and Development Planning
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
05/01/2022
V.2.3)Name and address of the contractor
Official name: Carter Jonas LLP
Town: London
NUTS code: UKI London
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
V.2.5)Information about subcontracting
V.2.6)Price paid for bargain purchases
Section V: Award of contract
Contract No: 3
Lot No: 3
Title:
Business rates
A contract/lot is awarded: no
V.1)Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Contract No: 1
Lot No: 1b
Title:
Estate Management & Planning
A contract/lot is awarded: no
V.1)Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3)Additional information:
*This notice is notification of award for lot 1a only. Lot 1b & lot 3 have been cancelled.
All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by using the webl
ink in Section I..3 (www.thameswater.co.uk/procurement).
Note that your client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
VI.4)Procedures for review
VI.4.1)Review body
Official name: Thames Water Utilities Limited
Town: Reading
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Thames Water Utilities Limited
Town: Reading
Country: United Kingdom
VI.5)Date of dispatch of this notice:
28/01/2022