Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Network Homes - Valuers Framework |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Network Homes (Network) are a housing association who own and manage over 20,000 homes in London, Hertfordshire and the South East. To support their ongoing development programme, in which they are committed to developing 1,000 new homes each year, Network are seeking to establish a Valuers Framework. The Valuers Framework will be split into two Lots: Lot 1 - Land Valuation Services and Lot 2 - Sales Valuation Services. The estimated value of the Framework is circa 450,000 GBP per annum of the 4 year duration of the Framework (1,800,000 GBP in total). Tenders may be submitted for one or both Lots. |
Published: | 26/10/2017 14:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, London, HA9 0NU, United Kingdom
Tel. +44 02070619000, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: https://www.networkhomes.org.uk/
NUTS Code: UKI7
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./4D265U94QJ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/4D265U94QJ 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Network Homes - Valuers Framework
Reference Number: CB/203133
II.1.2) Main CPV Code:
70000000 - Real estate services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, in which they are
committed to developing 1,000 new homes each year, Network are seeking to establish a Valuers Framework.
The Valuers Framework will be split into two Lots: Lot 1 - Land Valuation Services and Lot 2 - Sales Valuation
Services. The estimated value of the Framework is circa 450,000 GBP per annum of the 4 year duration of the
Framework (1,800,000 GBP in total).
Tenders may be submitted for one or both Lots.
II.1.5) Estimated total value:
Value excluding VAT: 1,800,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenders may be submitted for all lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Land Valuation Services
Lot No: 1
II.2.2) Additional CPV codes:
70000000 - Real estate services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
UKH23 Hertfordshire
II.2.4) Description of procurement: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, Network are seeking to
establish a Valuers Framework. The estimated value of the Framework is circa 450,000 GBP per annum of the 4
year duration of the Framework (1,800,000 in total). This is Lot 1 and is for Land Valuation Services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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: Sales Valuation Services
Lot No: 2
II.2.2) Additional CPV codes:
70000000 - Real estate services.
70311000 - Residential building rental or sale services.
II.2.3) Place of performance:
UKI LONDON
UKJ SOUTH EAST (ENGLAND)
UKH23 Hertfordshire
II.2.4) Description of procurement: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, Network are seeking to
establish a Valuers Framework. The estimated value of the Framework is circa 450,000 GBP per annum of the 4
year duration of the Framework (1,800,000 in total). This is Lot 2 and is for Sales Valuation Services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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:
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
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: 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: 20
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: 28/11/2017 Time: 12:00
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): 5
IV.2.7) Conditions for opening of tenders:
Date: 28/11/2017
Time: 12:30
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.
In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may
come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts
under the Framework Agreement. “Social Housing Provider “for this purpose means any provider of social
housing and includes Registered Providers (as listed on the Gov.UK Website: https://www.gov.uk/government/
publications/current-registered-providers-of-social-housing), Local Authorities and ALMO’s. Applicants should
note that, under the Framework Agreement, no organisation that is entitled to call off shall be under any
obligation to do so neither does the Social Housing Provider in question have the automatic right to do so
without direct permission from Network Homes Limited.
Where other “Social Housing Providers” may call-off contracts under this Framework Agreement, the value of
the Framework stipulated in II.2.6 may increase over its 4 year duration
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./4D265U94QJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4D265U94QJ
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to Tenderers of the authority's intended award decision. There is no right to appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to The High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 26/10/2017
Annex A
View any Notice Addenda
UK-London: Real estate services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, London, HA9 0NU, United Kingdom
Tel. +44 02070619000, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: https://www.networkhomes.org.uk/
NUTS Code: UKI7
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Network Homes - Valuers Framework Reference number: CB/203133
II.1.2) Main CPV code:
70000000 - Real estate services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, in which they are
committed to developing 1,000 new homes each year, Network are seeking to establish a Valuers Framework.
The Valuers Framework will be split into two Lots: Lot 1 - Land Valuation Services and Lot 2 - Sales Valuation
Services. The estimated value of the Framework is circa 450,000 GBP per annum of the 4 year duration of the
Framework (1,800,000 GBP in total).
Tenders may be submitted for one or both Lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 16/11/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 213349
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 26/10/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 28/11/2017
Local Time: 12:00
Read:
Date: 19/12/2017
Local Time: 12:00
VII.2) Other additional information: Please note that an extension of time has been granted. The Tender submission deadline is now 19th December 2017 at 12noon.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=288301323
Network Homes - Valuers Framework
UK-London: Real estate services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, London, HA9 0NU, United Kingdom
Tel. +44 02070619000, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: https://www.networkhomes.org.uk/
NUTS Code: UKI7
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Network Homes - Valuers Framework Reference number: CB/203133
II.1.2) Main CPV code:
70000000 - Real estate services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, in which they are
committed to developing 1,000 new homes each year, Network are seeking to establish a Valuers Framework.
The Valuers Framework will be split into two Lots: Lot 1 - Land Valuation Services and Lot 2 - Sales Valuation
Services. The estimated value of the Framework is circa 450,000 GBP per annum of the 4 year duration of the
Framework (1,800,000 GBP in total).
Tenders may be submitted for one or both Lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/12/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 213349
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 26/10/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 19/12/2017
Local Time: 12:00
Read:
Date: 19/01/2018
Local Time: 12:00
VII.2) Other additional information: Please note that an extension of time has been granted. The Tender submission deadline is now 19.01.2018 at 12:00.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=292762457
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, London, HA9 0NU, United Kingdom
Tel. +44 02070619000, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: https://www.networkhomes.org.uk/
NUTS Code: UKI7
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Network Homes - Valuers Framework
Reference number: CB/203133
II.1.2) Main CPV code:
70000000 - Real estate services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, in which they are
committed to developing 1,000 new homes each year, Network are seeking to establish a Valuers Framework.
The Valuers Framework will be split into two Lots: Lot 1 - Land Valuation Services and Lot 2 - Sales Valuation
Services. The estimated value of the Framework is circa 450,000 GBP per annum of the 4 year duration of the
Framework (1,800,000 GBP in total).
Tenders may be submitted for one or both Lots.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,800,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Land Valuation Services
Lot No:1
II.2.2) Additional CPV code(s):
70000000 - Real estate services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
UKH23 - Hertfordshire
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
Hertfordshire
II.2.4) Description of the procurement: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, Network are seeking to
establish a Valuers Framework. The estimated value of the Framework is circa 450,000 GBP per annum of the 4
year duration of the Framework (1,800,000 in total). This is Lot 1 and is for Land Valuation Services.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
II.2) Description (lot no. 2)
II.2.1) Title:Sales Valuation Services
Lot No:2
II.2.2) Additional CPV code(s):
70000000 - Real estate services.
70311000 - Residential building rental or sale services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
UKH23 - Hertfordshire
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
Hertfordshire
II.2.4) Description of the procurement: Network Homes (Network) are a housing association who own and manage over 20,000 homes in London,
Hertfordshire and the South East. To support their ongoing development programme, Network are seeking to
establish a Valuers Framework. The estimated value of the Framework is circa 450,000 GBP per annum of the 4
year duration of the Framework (1,800,000 in total). This is Lot 2 and is for Sales Valuation Services.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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: Yes
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 208-430821
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: 1
Lot Number: 1
Title: Land Valuation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Allsop LLP
33 Wigmore Street, London, W1U 1BZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Barrett Firrell Limited
28 Church Road, Middlesex, HA7 4XR, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
CBRE Limited
St Martin's Court, 10 Paternoster Row, London, EC4M 7HP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Cluttons LLP
Portman House, 2 Portman Street, London, W1H 6DU, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Copping Joyce Surveyors Limited
Manufactory House, Bell Lane, Hertfordshire, SG14 1BP, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.6)
Gully Howard Technical Limited
5 St Georges Business Centre, Portsmouth, PO1 3EY, United Kingdom
NUTS Code: UKJ31
The contractor is an SME: Yes
Contractor (No.7)
Jones Lang LaSalle Limited
30 Warwick Street, London, W1B 5NH, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.8)
Montagu Evans LLP
5 Bolton Street, London, W1J 8BA, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.9)
Savills (UK) Limited
33 Margaret Street, London, W1G 0JD, United Kingdom
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: 1,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 1a
Lot Number: 1
Title: Land Valuation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
The Valuation Office Agency
Wingate House 93-10, Shaftesbury Avenue, London, W1D 5BU, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Strettons Limited
Central House, 189-203 Hoe Street, London, E17 SSZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
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: 1,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 2
Lot Number: 2
Title: Sales Valuation Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/05/2018
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Barrett Firrell Limited
28 Church Road, Middlesex, HA7 4XR, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
CBRE Limited
St Martin's Court, 10 Paternoster Row, London, EC4M 7HP, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Cluttons LLP
Portman House, 2 Portman Street, London, W1H 6DU, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Copping Joyce Surveyors Limited
Manufactory House, Bell Lane, Hertfordshire, SG14 1BP, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.5)
Gully Howard Technical Limited
5 St Georges Business Centre, Portsmouth, PO1 3EY, United Kingdom
NUTS Code: UKJ31
The contractor is an SME: Yes
Contractor (No.6)
Jones Lang LaSalle Limited
30 Warwick Street, London, W1B 5NH, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.7)
Savills (UK) Limited
33 Margaret Street, London, W1G 0JD, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.8)
Strettons Limited
Central House, 189-203 Hoe Street, London, E17 SSZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.9)
The Valuation Office Agency
Wingate House 93-10, Shaftesbury Avenue, London, W1D 5BU, United Kingdom
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: 1,800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: UK Social Housing Providers (SHP) (in existence now and that may come into existence during the term of the Framework Agreement (FA)) may be entitled to call-off contracts under the FAt. “SHP “for this purpose means any provider of social housing & includes Registered Providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), Local Authorities & ALMO’s. Under the FA, no organisation that is entitled to call off shall be under any obligation to do so neither does the SHP have the automatic right to do so without direct permission from NH.
Where other “SHP” may call-off contracts under this FA, the value of the FA stipulated in II.2.6 may increase over its 4year duration.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=316386813
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1.
VI.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 04/05/2018