Tender

Valuations and Disposal Framework

  • Wrekin Housing Group Ltd

F02: Contract notice

Notice identifier: 2022/S 000-001633

Procurement identifier (OCID): ocds-h6vhtk-030cfa

Published 19 January 2022, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

Wrekin Housing Group Ltd

Colliers Way, Old Park

Telford

TF3 4AW

Email

joe.scurr@wrekin.com

Telephone

+44 1952217006

Fax

+44 1952213960

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

www.wrekinhousingtrust.org.uk

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

https://www.mytenders.co.uk

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

Email

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