Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Property Management Services

  • First published: 03 May 2021
  • Last modified: 03 May 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
03 May 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this procurement is for the provision of specialist, property management and portfolio development services aligned to the Thames Tideway Tunnel property portfolio.

The Thames Tideway Tunnel will be a 16 mile tunnel running mostly under the tidal section of the River Thames through central London. Started in 2016, construction of the Thames Tideway Tunnel aimed to take seven to 8 years with all work completed by 2024. The sites acquired by Thames Water to enable the construction of the Thames Tideway Tunnel were mostly substantial residential development sites. These land deals included high market values and, in some cases, included complex pre-emption, buy back and overage options.

The key outcomes of this engagement will be to ensure (from a property perspective) that Thames Water can fully comply with ET06 and ET07 and that hand back and disposal, where relevant, of sites can be achieved by the necessary dates and that the operation of Public Realm sites are returned to Thames Water as agreed.

Full detail of ET06 and ET07 can be found in OFWAT’s final determination paper for Thames Tideway Tunnel at the following link:

https://www.ofwat.gov.uk/wp-content/uploads/2019/12/PR19-final-determinations-Thames-Water-Thames-Tideway-Tunnel-performance-commitments-additional-information-appendix.pdf

In total there are c.27 sites made up of c.88 parcels of land, this includes five principle disposal sites and c.14 areas of Public Realm.

Activities that we expect to be supported by this procurement could include (but are not limited to):

— maximising value creation;

— land disposals and sales;

— long term value creation (yield opportunities);

— acquisitions;

— valuation support and project appraisal;

— public realm (Thames Tideway Public Realm comprises of a handful of very prominent and iconic sites for public use);

— specific lease agreement management (see PQQ documentation for more information);

— rent and licence fee reviews;

— strategic initiatives;

— planning and development planning;

— internal asset transfers;

— alternative land use;

— compulsory purchase advice;

— identifying other potential income stream;

— interaction and engagement management with key stakeholders such as GLA, PLA, EA etc.

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 2 days per week unless agreed otherwise).

For the avoidance of doubt the scope for this procurement does not include facilities management.

Thames Tideway Tunnel property portfolio is broken down as follows:

— 5 principal disposal sites where our requirement is to carry out disposal within a mandated timescale whilst maximising value in line with our obligations under ET06 and ET07 regulations;

— 14 public realm sites that we wish to explore revenue opportunities for, including community use, reputational retention and value creation;

— 8 various other hand back sites where we must again comply with out ET06 and ET07 obligations whilst considering maximised value and retention options to Thames Water.

Scope detail for this lot has been included in our PQQ documentation.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 6th Floor RBH, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

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

 

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 Ltd or another company within the Kemble Water group structure.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 2

II.2.1) Title

TTT Assets — Land Sales, Development and Development Planning

II.2.2) Additional CPV code(s)

70110000

70111000

70112000

70120000

70121000

70121100

70121200

70122000

70122100

70122110

70122200

70122210

70123000

70123100

70123200

70300000

70310000

70320000

70321000

70322000

70330000

70331000

70331100

70332000

70332100

70332200

70332300

70333000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


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 Tideway Tunnel property portfolio.

The Thames Tideway Tunnel will be a 16 mile tunnel running mostly under the tidal section of the River Thames through central London. Started in 2016, construction of the Thames Tideway Tunnel aimed to take seven to 8 years with all work completed by 2024. The sites acquired by Thames Water to enable the construction of the Thames Tideway Tunnel were mostly substantial residential development sites. These land deals included high market values and, in some cases, included complex pre-emption, buy back and overage options.

The key outcomes of this engagement will be to ensure (from a property perspective) that Thames Water can fully comply with ET06 and ET07 and that hand back and disposal, where relevant, of sites can be achieved by the necessary dates and that the operation of Public Realm sites are returned to Thames Water as agreed.

Full detail of ET06 and ET07 can be found in OFWAT’s final determination paper for Thames Tideway Tunnel at the following link:

https://www.ofwat.gov.uk/wp-content/uploads/2019/12/PR19-final-determinations-Thames-Water-Thames-Tideway-Tunnel-performance-commitments-additional-information-appendix.pdf

In total there are c.27 sites made up of c.88 parcels of land, this includes five principle disposal sites and c.14 areas of Public Realm.

Activities that we expect to be supported by this procurement could include (but are not limited to):

— maximising value creation;

— land disposals and sales;

— long term value creation (yield opportunities);

— acquisitions;

— valuation support and project appraisal;

— public realm (Thames Tideway Public Realm comprises of a handful of very prominent and iconic sites for public use);

— specific lease agreement management (see PQQ documentation for more information);

— rent and licence fee reviews;

— strategic initiatives;

— planning and development planning;

— internal asset transfers;

— alternative land use;

— compulsory purchase advice;

— identifying other potential income stream;

— interaction and engagement management with key stakeholders such as GLA, PLA, EA etc.

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 2 days per week unless agreed otherwise).

For the avoidance of doubt the scope for this procurement does not include facilities management.

Thames Tideway Tunnel property portfolio is broken down as follows:

— 5 principal disposal sites where our requirement is to carry out disposal within a mandated timescale whilst maximising value in line with our obligations under ET06 and ET07 regulations;

— 14 public realm sites that we wish to explore revenue opportunities for, including community use, reputational retention and value creation;

— 8 various other hand back sites where we must again comply with out ET06 and ET07 obligations whilst considering maximised value and retention options to Thames Water.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with 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 with a single operator.

IV.1.8) Information about 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

Section V: Award of contract

Lot No: 2

Contract No: Savills (UK) Ltd

Title: TTT Assets — 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

04/12/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Savills (UK) Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by using the weblink in section I.3) (www.thameswater.co.uk/procurement).

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thames Water Utilities Ltd 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

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

28/04/2021

Coding

Commodity categories

ID Title Parent category
70121200 Building purchase services Building sale or purchase services
70310000 Building rental or sale services Real estate agency services on a fee or contract basis
70121000 Building sale or purchase services Buying and selling of real estate
70121100 Building sale services Building sale or purchase services
70120000 Buying and selling of real estate Real estate services with own property
70332200 Commercial property management services Non-residential property services
70112000 Development of non-residential real estate Development services of real estate
70111000 Development of residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
70333000 Housing services Property management services of real estate on a fee or contract basis
70332300 Industrial property services Non-residential property services
70331100 Institution management services Residential property services
70332100 Land management services Non-residential property services
70122200 Land purchase services Land sale or purchase services
70320000 Land rental or sale services Real estate agency services on a fee or contract basis
70321000 Land rental services Land rental or sale services
70122000 Land sale or purchase services Buying and selling of real estate
70122100 Land sale services Land sale or purchase services
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
70300000 Real estate agency services on a fee or contract basis Real estate services
70000000 Real estate services Construction and Real Estate
70331000 Residential property services Property management services of real estate on a fee or contract basis
70123200 Sale of non-residential estate Sale of real estate
70123000 Sale of real estate Buying and selling of real estate
70123100 Sale of residential real estate Sale of real estate
70122210 Vacant-land purchase services Land sale or purchase services
70322000 Vacant-land rental or sale services Land rental or sale services
70122110 Vacant-land sale services Land sale or purchase services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.