Construction Tenders

Mon May 20 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 2

Status Active

Published 9th May 2024

Tender Details
Referenceocds-h6vhtk-04584a
Common Procurement VocabularyReal estate services
Procurement MethodOpen procedure
Value£530,000
« Previous Page

South West

Category Services

Type

No. of Lots 2

Status Active

Published 9th May 2024

Tender Details
Referenceocds-h6vhtk-04584a
Common Procurement VocabularyReal estate services
Procurement MethodOpen procedure
Value£530,000

Section I: Contracting authority

I.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Procurement

Email

procurement [at] bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.supplyingthesouthwest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

RICS Red Book Compliant Valuations Framework

Reference number

DN723190

II.1.2) Main CPV code

  • 70000000 - Real estate services

II.1.3) Type of contract

Services

II.1.4) Short description

BCP Council has a diverse range of housing, commercial units, community assets, development land, agricultural land, and amenity land. It is the long-term aim of BCP Council to adopt a Corporate Landlord Model to centrally manage its estate. At present estate management is driven by individual service units within the Council (who control the assets), with advice and professional services being provided by the inhouse Estates team.

As part of the decision-making process there are times when independent, external opinions of value (in the form of RICS compliant valuation reports) are required. This may be due to the specialist nature of a site, the need for “arm’s length” advice, or the lack of capacity of the Estates team to undertake the work within the required timeframe.

This tender aims to create a framework of Suppliers for the provision of Valuation services. It is intended that the framework will run for a period of 4 years, for services including but not limited to acquisitions, disposals, wayleaves, easements, covenant releases.

The Framework Agreement will be divided into separate Lots as follows:

• Lot 1 – Estimated valuation of asset up to £2,0000,000

• Lot 2 – Estimated valuation of asset above £1,500,000

BCP’s intention is to award up to 3 suppliers per Lot onto the Framework.

II.1.5) Estimated total value

Value excluding VAT: £530,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Estimated valuation of asset up to £2,0000,000

Lot No

1

II.2.2) Additional CPV code(s)

  • 70300000 - Real estate agency services on a fee or contract basis

II.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

II.2.4) Description of the procurement

The scope and specification of the framework for Lot 1 is for sites with an estimated valuation of asset up to £2,0000,000.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot No

2

II.2.2) Additional CPV code(s)

  • 70300000 - Real estate agency services on a fee or contract basis

II.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

II.2.4) Description of the procurement

The scope and specification of the framework for Lot 2 is for sites with an estimated valuation of asset above £1,5000,000.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Refer to procurement documents.

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.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

7 June 2024

Local time

2:00pm

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

7 June 2024

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed and opened by the Councils democratic services team.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The Royal Courts of Justice

Strand

London

WCA 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).