Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Real Estate and Valuations Framework |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Procurement of estate agents; technical property valuers and strategic property advisors (including regeneration) |
Published: | 28/09/2016 12:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Newham
1000 Dockside, London, E16 2QU, United Kingdom
Email: tenders@camerons.co.uk
Main Address: https://www.newham.gov.uk
NUTS Code: UKI
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:-Real-estate-services./U37MG4AW75
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
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Real Estate and Valuations Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
70000000 - Real estate services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement of estate agents; technical property valuers and strategic property advisors (including regeneration)
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right not to appoint the same providers to more than 2 lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Estate Agency Services
Lot No: 1
II.2.2) Additional CPV codes:
70120000 - Buying and selling of real estate.
70300000 - Real estate agency services on a fee or contract basis.
70330000 - Property management services of real estate on a fee or contract basis.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Provision of estate agency services to support LBN in their one off purchases and sales. This lot is particularly suited to smaller, local providers with an understanding of the market which the London Borough of Newham is situated.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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
II.2) Description Lot No. 2
II.2.1) Title: Technical Property Valuations
Lot No: 2
II.2.2) Additional CPV codes:
70000000 - Real estate services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Please see procurement documentation. Delivery of technical property valuations including −
- Acquisitions by Compulsory Purchase Order (CPO) and Private Treating including disturbance claims
−Valuation of assets
−Provide adequate and comparable evidence including comment condition
−Provide external and internal photographic records
−Provision of Valuation Reports, signed by a RICS registered value
−Process Dilapidation claims
−Licences/ tenancies (including licence renewals/ caravans and garden tenancies)
−Rent reviews (including arbitration cases)
−Right to buy valuations
−Surrender or forfeiture of lease
−Valuation advice cases
−Other such related services to assist LBN in relation to 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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
II.2) Description Lot No. 3
II.2.1) Title: Strategic Property Advice (Regeneration)
Lot No: 3
II.2.2) Additional CPV codes:
70000000 - Real estate services.
71355000 - Surveying services.
79400000 - Business and management consultancy and related services.
79411000 - General management consultancy services.
79412000 - Financial management consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Development viability consultancy and advice; Strategic advice, including the preparation and development of an estate strategies
and regeneration scheme proposals and validations; Acquisitions by Compulsory Purchase
Order (CPO) (Large scale, whole estate); Enforcement sales; Buy Backs (Where whole estate activity taking place); Land surveys (Plans/ Boundaries/Superimpositions); Provision of Land Registry compliant conveyancing plan; Property investment appraisals; Portfolio management consultancy
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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:
Please see procurement documentation. For lots 2 and 3, there are stringent requirements relating to professional body registration.
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:
Please refer to the procurement documentation. For lots 2 and 3 RICS membership (company) is an absolute requirement
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
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 04/11/2016 Time: 13:00
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): 10
IV.2.7) Conditions for opening of tenders:
Date: 04/11/2016
Time: 17:00
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./U37MG4AW75
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U37MG4AW75
VI.4) Procedures for review
VI.4.1) Review body:
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
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:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 28/09/2016
Annex A