Shropshire Council: RMCB 049 – ASSET MANAGEMENT OF THE DARWIN SHOPPING CENTRE, SHREWSBURY

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCB 049 – ASSET MANAGEMENT OF THE DARWIN SHOPPING CENTRE, SHREWSBURY
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
Short Description: The Council is seeking an experienced asset management agent with flair, resources, and an understanding of retailer’s requirements and issues who will be innovative in providing a realistic and achievable 5 year Business Plan to help grow The Darwin Shopping Centre to maintain and improve the shopping experience, attracting new retailers, shoppers and ultimately increase the income generated from this key asset.
Published: 17/06/2024 11:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Non-residential property services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252993, Email: procurement@shropshire.gov.uk
             Contact: Commissioning Development Procurement Manager
             Main Address: https://www.shropshire.gov.uk
             NUTS Code: UKG22
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Non-residential-property-services./45ND692MD7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Non-residential-property-services./45ND692MD7 to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: RMCB 049 – ASSET MANAGEMENT OF THE DARWIN SHOPPING CENTRE, SHREWSBURY       
      Reference Number: RMCB 049
      II.1.2) Main CPV Code:
      70332000 - Non-residential property services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Council is seeking an experienced asset management agent with flair, resources, and an understanding of retailer’s requirements and issues who will be innovative in providing a realistic and achievable 5 year Business Plan to help grow The Darwin Shopping Centre to maintain and improve the shopping experience, attracting new retailers, shoppers and ultimately increase the income generated from this key asset.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: The Council is seeking an experienced asset management agent with flair, resources, and an understanding of retailer’s requirements and issues who will be innovative in providing a realistic and achievable 5 year Business Plan to help grow The Darwin Shopping Centre to maintain and improve the shopping experience, attracting new retailers, shoppers and ultimately increase the income generated from this key asset.

Whilst the Council will retain the rent collection and service charge management of the centre, the successful agents will be responsible for the development and implementation of the Business Plan. This is to provide a clear strategy for the ongoing and future management of the Darwin and will seek to increase the value for money provided to the tenants, and in turn the contribution to the Shropshire economy by developing the range of retailers and goods available, which will attract more shoppers to the town.

Marketing and lettings strategy will be key to this plan along with clear financial reporting. To deliver the right tenant mix and sustainable financial returns for the Council you will be required to provide advice on and undertake lease renewals, rent reviews and lease regearing and look for extra opportunities to increase revenue and lower costs across the centre.

It is a requirement that at the end of each and every quarter during the full 3 year term of this agreement, and any agreed extension, that the appointed agent will provide a report on progress, risks, strengths, weaknesses and opportunities for the following 3, 6 and 12 month periods, including valuation updates.

The appointment will be for 3 years, with an option to extend for a further two year period.

Tenderers are required to identify all costs before submitting their tender, additional costs will not be accepted at a later date.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2024 / End: 31/07/2027       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be for 3 years, with an option to extend for a further two year period.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      See tender documentation    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/07/2024
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Until: 31/07/2024
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/07/2024
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Non-residential-property-services./45ND692MD7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/45ND692MD7
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Email: procurement@shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Email: procurement@shropshire.gov.uk
       Internet address: www.shropshire.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 17/06/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Shrewsbury: Non-residential property services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252993, Email: procurement@shropshire.gov.uk
       Contact: Commissioning Development Procurement Manager
       Main Address: https://www.shropshire.gov.uk
       NUTS Code: UKG22

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: RMCB 049 – Asset Management of the Darwin Shopping Centre, Shrewsbury            
      Reference number: RMCB 049

      II.1.2) Main CPV code:
         70332000 - Non-residential property services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This is an award notice for an asset management agent to provide a realistic and achievable 5 year Business Plan to help grow The Darwin Shopping Centre to maintain and improve the shopping experience, attract new retailers, shoppers and ultimately increase the income generated from this key asset.

The appointment will be for 3 years, with an option to extend for a further 2 year period.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 450,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is an award notice for an asset management agent to provide a realistic and achievable 5 year Business Plan to help grow The Darwin Shopping Centre to maintain and improve the shopping experience, attract new retailers, shoppers and ultimately increase the income generated from this key asset.

The appointment will be for 3 years, with an option to extend for a further 2 year period.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-018592
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 13/08/2024

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Montagu Evans LLP, OC312072
             70 St Mary Axe, London, EC3A 8BE, United Kingdom
             Tel. +44 2078668690, Email: Kevin.white@montagu-evans.co.uk
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 450,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=904115837

   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

   VI.5) Date of dispatch of this notice: 02/12/2024