Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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.2.2)Additional CPV code(s)
70120000
70300000
70330000
II.2.3)Place of performance
NUTS code: UKI
Main site or place of performance:
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:
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:
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:
VI.4)Procedures for review
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