Clarion Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Property Valuers Framework |
Notice type: | Contract Notice |
Authority: | Clarion Housing Group |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Clarion is looking to appoint a suitable, experienced property surveyors for Investment Property Portfolio, Treasury, Open Market Sales and Regeneration Valuations. The valuations are required for financial statements, red book valuations for open market disposals, treasury and funding purposes. The providers must be RICS accredited. |
Published: | 16/12/2024 09:14 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group, 28038R
5th Floor, Greater London House, Hampstead Road, London, NW1 7QX, United Kingdom
Tel. +44 2038400069, Email: Aivars.Kalvans@clarionhg.com
Contact: Aivars Kalvans
Main Address: https://www.clarionhg.com/
NUTS Code: UK
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-London:-Building-surveying-services./8UHA7P3W6M
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:: Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Property Valuers Framework
Reference Number: 6191
II.1.2) Main CPV Code:
71315300 - Building surveying services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Clarion is looking to appoint a suitable, experienced property surveyors for Investment Property Portfolio, Treasury, Open Market Sales and Regeneration Valuations. The valuations are required for financial statements, red book valuations for open market disposals, treasury and funding purposes. The providers must be RICS accredited.
II.1.5) Estimated total value:
Value excluding VAT: 7,000,000
Currency: GBP
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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Investment Property Valuation
Lot No: 1
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Clarion is looking to appoint a suitable, experienced provider for Investment Property Portfolio Valuations. The valuations are required for financial statements, with two valuations per year - March and September. The successful provider must be RICS accredited.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 66
Cost criterion - Name: Price / Weighting: 34
II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Investment Property Portfolio Valuations is ongoing requirement, which will be tendered at the end of this framework.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8UHA7P3W6M
II.2) Description Lot No. 2
II.2.1) Title: Property Valuation for Treasury Collateral Management
Lot No: 2
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Clarion wants to appoint a suitable, experienced provider for the Treasury's Annual Revaluation of Secured Assets against Funding. The valuations are required in accordance with our Bank Facility Agreements and Bonds / Note Programmes. The provider must be RICS accredited. The portfolio is split into sub-lots: Lot 2 (a) is the primary and Lot 2 (b) is secondary.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 66
Cost criterion - Name: Price / Weighting: 34
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: There is continues requirement for values, it is anticipate that requirements going to be tendered again.
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: The lot value is based on 10 years contract.
II.2) Description Lot No. 3
II.2.1) Title: Open Market Sales Valuers
Lot No: 3
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Clarion is seeking to appoint multiple experienced valuers who have a strong background in property valuation. These valuers will be responsible for conducting red book valuations, which are essential for ensuring accurate market assessments. The valuations will specifically pertain to the open market disposal of residential properties, including houses and flats, as well as parcels of land. We are looking for professionals who are well-versed in local market conditions and possess the necessary qualifications and experience to deliver thorough and reliable valuation reports.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 66
Cost criterion - Name: Price / Weighting: 34
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: There is continues requirement for values, it is anticipate that requirements going to be tendered again.
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. 4
II.2.1) Title: Valuers to Support Regeneration Activities
Lot No: 4
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Property valuation services related to buyback projects, RICS Redbook valuations.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 270,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: There is continues requirement for values, it is anticipate that requirements going to be tendered again.
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:
Royal Institution of Chartered Surveyors; RICS Valuation - Global Standards ('Red Book').
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
Linked to key performance indicators.
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: No
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
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: 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: 20/01/2025 Time: 15:00
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 20/01/2025
Time: 15:00
Place:
Online
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 10 years
VI.2) Information about electronic workflows
Electronic ordering will be used No
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:-Building-surveying-services./8UHA7P3W6M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8UHA7P3W6M
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The Strand
London, WC2A 2LL, United Kingdom
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:
The Strand
London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 16/12/2024
Annex A