Construction Tenders

Wed August 21 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-0429ae
Common Procurement VocabularyResidential property services
Procurement MethodOpen procedure
Value£400,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-0429ae
Common Procurement VocabularyResidential property services
Procurement MethodOpen procedure
Value£400,000

Section I: Contracting authority

I.1) Name and addresses

Development Bank of Wales

1 Capital Quarter Tyndall Street

Cardiff

CF10 4BZ

Email

procurement [at] developmentbank.wales

Telephone

+44 2920338100

Fax

+44 2920338101

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.developmentbank.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Economic and financial affairs


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Provision of Valuation Services to The Development Bank of Wales Group

Reference number

DBW00033.00

II.1.2) Main CPV code

  • 70331000 - Residential property services

II.1.3) Type of contract

Services

II.1.4) Short description

Following publication of Prior Information Notice FTS-20230801 on 1st August 2023, DBW is carrying out a procurement advertised in Find a Tender Service (FTS), via Sell2Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure a RICs accredited panel for valuation services. Full details of the services is set out at Section 3 of the Invitation to Tender.

II.1.5) Estimated total value

Value excluding VAT: £400,000

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

South East Wales

Lot No

1

II.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

II.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot

II.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of four (4) suppliers to this lot which will be operated on a rota basis.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for up to three extensions of twenty four (24) months each.

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

Mid and North Wales

Lot No

3

II.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

II.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire

II.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of two (2) suppliers to this lot which will be operated on a rota basis.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for a further three (3) extensions of twenty four (24) months each.

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

West Wales

Lot No

2

II.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

II.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys

II.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of two (2) suppliers to this lot which will be operated on a rota basis.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for up to three (3) extensions of twenty four (24) months each.

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

Suppliers must be RICS accredited.

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.2.2) Contract performance conditions

Please refer to the Invitation to Tender and draft contract.

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

9 February 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

9 February 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=137594

(WA Ref:137594)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom