loading
  • GB-E16 2QU London
  • 04.11.2016
  • Ausschreibung
  • (ID 2-244066)

Real Estate and Valuations Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 04.11.2016, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    Procurement of estate agents; technical property valuers and strategic property advisors (including regeneration).
    Leistungsumfang
    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.
    Adresse des Bauherren UK-E16 2QU London
    TED Dokumenten-Nr. 338458-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Real estate services

      2016/S 189-338458

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Borough of Newham
      1000 Dockside
      London
      E16 2QU
      United Kingdom
      E-mail: MjEwaltkWltoaTZZV2NbaGVkaSRZZSRrYQ==
      NUTS code: UKI

      Internet address(es):

      Main address: https://www.newham.gov.uk

      I.2)Joint procurement
      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 submitted to the abovementioned address
      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.

       

      II.1.2)Main CPV code
      70000000
      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
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      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.2.1)Title:

       

      Estate Agency Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      70120000
      70300000
      70330000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the 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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Technical Property Valuations

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      70000000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      London.

       

      II.2.4)Description of the 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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Strategic Property Advice (Regeneration)

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      70000000
      71355000
      79400000
      79411000
      79412000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      LONDON.

       

      II.2.4)Description of the 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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      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:
      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

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 04/11/2016
      Local time: 13:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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 months: 10 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 04/11/2016
      Local time: 17:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      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

      GO Reference: GO-2016928-PRO-8861243.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Cameron Consulting
      2-4 High Street
      West Malling
      ME19 6QR
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MjE4YlNcUlNgYS5RT1tTYF1cG1FdXGFjWmJXXFUcUV0cY1k=
      VI.4.2)Body responsible for mediation procedures
      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      London
      EC4Y 1EU
      United Kingdom
      Telephone: +44 2075366000
      E-mail: MjE5VltTXC1QUlFfG1BcWg==

      Internet address:www.cedr.com

      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      Telephone: +44 2072761234

      Internet address:www.cabinetoffice.gov.uk

      VI.5)Date of dispatch of this notice:
      28/09/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 30.09.2016
Zuletzt aktualisiert 30.09.2016
Wettbewerbs-ID 2-244066 Status Kostenpflichtig
Seitenaufrufe 45