Lewisham Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Valuation Services |
Notice type: | Contract Notice |
Authority: | Lewisham Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | LH is responsible for managing around 13,200 tenanted and 4,800 leasehold properties. The stock is widely distributed throughout Lewisham borough and is largely made up of low-rise blocks of flats, as well as some high-rise blocks, street properties and some house conversions. LH is looking for a provider to undertake valuation services in two areas of the business Right to Buy and Property Acquisitions. The scope of work may increase in the future to include valuation services for areas such as, property disposals, land valuations and any other valuation services that LH may require, |
Published: | 28/06/2016 15:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lewisham Homes
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Tel. +44 02086134244, Email: Procurement@lewishamhomes.org.uk
Main Address: www.lewishamhomes.org.uk
NUTS Code: UKI12
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Building-sale-or-purchase-services./V8W9ZZ5KB8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Arms Length Management Organisation (ALMO)
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Valuation Services
Reference Number: Not provided
II.1.2) Main CPV Code:
70121000 - Building sale or purchase services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: LH is responsible for managing around 13,200 tenanted and 4,800 leasehold properties. The stock is widely distributed throughout Lewisham borough and is largely made up of low-rise blocks of flats, as well as some high-rise blocks, street properties and some house conversions.
LH is looking for a provider to undertake valuation services in two areas of the business Right to Buy and Property Acquisitions. The scope of work may increase in the future to include valuation services for areas such as, property disposals, land valuations and any other valuation services that LH may require,
II.1.5) Estimated total value:
Value excluding VAT: 360,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70331000 - Residential property services.
70122000 - Land sale or purchase services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lewisham Homes (LH) was created as an Arm’s Length Management Organisation (ALMO) in January 2007. It is a non-profit making company limited by guarantee, and the London Borough of Lewisham Council (LBL) is the sole shareholder. LH is responsible for managing around 13,200 tenanted and 4,800 leasehold properties. The stock is widely distributed throughout Lewisham borough and is largely made up of low-rise blocks of flats, as well as some high-rise blocks, street properties and some house conversions.
Lewisham Homes is seeking a valuation service that will support its business. At the start of the contract there will be two areas of the business requiring valuation services:
•Home Ownership Team requiring Right to Buy valuations
•Development Team requiring Property Acquisition valuations.
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: 360,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: 2 year contract with option to extend by an additional year
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: ReferenceDetailsScoreWeighting
1Applicant InformationInfo onlyn/a
2Grounds for mandatory ExclusionPass / Failn/a
3Grounds for Discretionary ExclusionPass / Failn/a
4Not usedn/an/a
5Economic & Financial StandingPass / Failn/a
6Technical & Professional AbilityScored15%
7Additional PQQ Modules
(A1)Quality ManagementScored15%
(A2)Experience of Operating Similar ContractsScored20%
(A3)Organisational structureScored10%
(A4)Health and SafetyScored 10%
(A5)Right to Buy understanding and knowledgeScored 30%
7BInsurancePass / Failn/a
7CCompliance with Equality LegislationPass / Failn/a
7DEnvironmental ManagementPass / Failn/a
7EHealth & SafetyPass / Failn/a
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:
Not Provided
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Services must be managed by a Chartered Surveyor with Membership of RICS or equivalent who is to ensure all services are provided in accordance with the RICS Red Book
III.2.2) Contract performance conditions
Details of any conditions will be set out in the tender documents. These may include conditions relating to environmental and social requirements.
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
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: No
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: 28/07/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/08/2016
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:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.Lewisham Homes Limited is the Arms Length Managements Organisation (ALMO) responsible for the management of housing stock owned by the London Borough of Lewisham. The housing stock which is the subject of these services is widely distributed throughout the London Borough of Lewisham and largely consists of low rise flats, although there are some high-rise blocks and street properties.
The right is reserved not to proceed with or not award a contract for the whole or part of this procurement. Neither LHL nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest in tendering for these services.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-sale-or-purchase-services./V8W9ZZ5KB8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V8W9ZZ5KB8
VI.4) Procedures for review
VI.4.1) Review body:
Lewisham Homes Limited
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Tel. +44 0208614207, Email: procurement@lewishamhome.org.uk
Internet address: https://www.delta-esourcing.com
VI.4.2) Body responsible for mediation procedures:
Lewisham Homes
Old Town Hall, Catford, London, SE6 4RU, United Kingdom
Tel. +44 0208614207, Email: procurement@lewishamhome.org.uk
Internet address: https://www.delta-esourcing.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum of of 10 calender day standstill period at the point of information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provide for aggreived parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the contracting authority to amend any document and award damages. If the contract has followed correctly, declare the contract to be "ineffective".
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/06/2016
Annex A