Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Valuer's Framework |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | To provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme. Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock. |
Published: | 11/02/2022 13:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Network Homes
The Hive, 22 Wembley Park Blvd, London, HA9 0HP, United Kingdom
Tel. +44 2087824312, Email: Tenders@networkhomes.org.uk
Main Address: https://www.networkhomes.org.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./6FD3NBYR9Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./6FD3NBYR9Z 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: Valuer's 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: To provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme.
Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
70110000 - Development services of real estate.
70121000 - Building sale or purchase services.
70311000 - Residential building rental or sale services.
II.2.3) Place of performance:
UKI LONDON
UKH23 Hertfordshire
II.2.4) Description of procurement: Please see uploaded documents
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6FD3NBYR9Z
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: Yes
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: 8
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: 16/03/2022 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: 16/03/2022
Time: 12:00
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 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. In order for your tenders to be considered you will be required to provide details of the key contracts you have carried out over the past six months for the provision of valuation services. You will be required to provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme.
Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock.
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), and may include local authorities and ALMO's. Applicantsshould note that, under the framework agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does any social housing provider have the automatic right to do so without direct permission from Network Homes Ltd.
Where other ‘Social Housing Providers’ have instructed 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./6FD3NBYR9Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6FD3NBYR9Z
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, The Strand, London, WC2A2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Network Homes
The Hive, 22 Wembley Park Blvd, London, HA9 0HP, United Kingdom
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 of 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 granted 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: 11/02/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Network Homes
The Hive, 22 Wembley Park Blvd, London, HA9 0HP, United Kingdom
Tel. +44 2087824312, Email: Tenders@networkhomes.org.uk
Main Address: https://www.networkhomes.org.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.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: Valuer's 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: To provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme.
Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 8,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
70110000 - Development services of real estate.
70121000 - Building sale or purchase services.
70311000 - Residential building rental or sale services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKH23 - Hertfordshire
Main site or place of performance:
LONDON
Hertfordshire
II.2.4) Description of the procurement: Please see uploaded documents
II.2.5) Award criteria:
Not Provided
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6FD3NBYR9Z
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: No
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-004019
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/05/2022
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Carter Jonas LLP, OC304417
One Chapel Place,, London, W1G 0BG, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
CBRE Limited, 03536032
Henrietta House, Henrietta Place, London, W1G0NB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Cluttons LLP, OC344742
Portman House, 2 Portman Street, London, W1H6DU, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Copping Joyce Surveyors, 08380380
Manufactory House, Bell Lane, Hertford, Hertforshire, SG141BP, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
Contractor (No.5)
Jonas Lang La Salle, 01188567
30 Warwick Street, London, WIB5NH, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Rapleys LLP, OC308311
Unit 3A The Incubator, The Boulevard, Enterprise Campus, Alconbury Weald, Huntingdon, PE284XA, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.7)
Savills Limited, 2605138
33Margaret Street, London, W1G0JD, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.8)
Strettons Limited, 00268552
Waltham House, 11 Kirkdale Road, Laytonstone, London, E111HP, 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: 8,000,000
Total value of the contract/lot: 8,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=692774360
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC2A2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Network Homes
The Hive, 22 Wembley Park Blvd, London, HA9 0HP, United Kingdom
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 of 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 granted 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 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: 29/06/2022