Section one: Contracting authority
one.1) Name and addresses
Wrekin Housing Group Ltd
Colliers Way, Old Park
Telford
TF3 4AW
Telephone
+44 1952217006
Fax
+44 1952213960
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0904
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0904
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Valuations and Disposal Framework
Reference number
WHG/Legal/2022b
two.1.2) Main CPV code
- 70310000 - Building rental or sale services
two.1.3) Type of contract
Services
two.1.4) Short description
The Wrekin Housing Group ("the Group") is procuring a framework for the provision of valuations, advice and estate agency and auction services in relation to its development programme, asset renewal strategy and asset management strategy.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Valuation Services
Lot No
1
two.2.2) Additional CPV code(s)
- 70311000 - Residential building rental or sale services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
Main site or place of performance
Telford, Shropshire and parts of Staffordshire
two.2.4) Description of the procurement
This is an Open Procedure procurement which is intended to provide the Wrekin Housing Group with a framework of suppliers for valuation services.
two.2.5) Award criteria
Quality criterion - Name: Response to Written Tender Questions / Weighting: 60
Cost criterion - Name: Cost Schedule / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Sales Services
Lot No
2
two.2.2) Additional CPV code(s)
- 70311000 - Residential building rental or sale services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
Main site or place of performance
Telford, Shropshire and parts of Staffordshire
two.2.4) Description of the procurement
This is an Open Procedure procurement which is intended to provide the Wrekin Housing Group with a framework of suppliers for valuation and sales services.
two.2.5) Award criteria
Quality criterion - Name: Response to Written Tender Questions / Weighting: 60
Cost criterion - Name: Cost Schedule / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
As described in the ITT documentation.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
28 February 2022
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=225134.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:225134)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit