Opportunity

Framework Agreement for Right to Buy Valuation and Housing Stock Valuation Service

  • Birmingham City Council

F02: Contract notice

Notice reference: 2024/S 000-002179

Published 23 January 2024, 9:49am



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for Right to Buy Valuation and Housing Stock Valuation Service

Reference number

P1258

two.1.2) Main CPV code

  • 70100000 - Real estate services with own property

two.1.3) Type of contract

Services

two.1.4) Short description

Birmingham City Council wishes to appoint suitably qualified service provider to provide professional valuation services across its corporate property and housing estates for Right to Buy valuations, building insurance valuations and housing stock asset valuations. Our objective is to deliver ‘right to buy’ valuations on Council owned residential properties as governed by the Housing Act 1985 and subsequent amendments. We are required to provide building insurance valuations and general valuation advice. We have an obligation to determine a valuation of the housing stock assets held by the council as identified in the asset register compiled annually. The Council also requires provision of its housing stock asset valuations for financial reporting purposes for each financial year . This will include a mixture of tenanted residential units of varying ages and character together with various garages.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70100000 - Real estate services with own property
  • 70331000 - Residential property services
  • 70300000 - Real estate agency services on a fee or contract basis
  • 79419000 - Evaluation consultancy services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 66515200 - Property insurance services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

Birmingham City Council wishes to appoint suitably qualified service provider to provide professional valuation services across its corporate property and housing estates for Right to Buy valuations, building insurance valuations and housing stock asset valuations. Our objective is to deliver ‘right to buy’ valuations on Council owned residential properties as governed by the Housing Act 1985 and subsequent amendments. We are required to provide building insurance valuations and general valuation advice. We have an obligation to determine a valuation of the housing stock assets held by the council as identified in the asset register compiled annually. The Council also requires provision of its housing stock asset valuations for financial reporting purposes for each financial year . This will include a mixture of tenanted residential units of varying ages and character together with various garages. The supplier is required to determine a valuation of the Housing stock assets held by the Council as identified in the Asset Register compiled annually and valued as of 31 March annually for each year for inclusion in the authority’s balance sheet in accordance with the Chartered Institute of Public Finance and Accounting (CIPFA) Code of Practice. The supplier will review and give assurance that the values at the end of each financial year (31st March) will be materially correct and if necessary, update any valuations, where the movement is material.Tenderers are to note that this contract will be undertaken on a call off basis with orders placed as and when required.The Framework Agreement will last for 4 years (unless terminated under agreement provisions) commencing 1st April 2024.The Framework Agreement will be awarded to one supplier.

two.2.5) Award criteria

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

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.2.13) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Further details will be provided in the tender documentation.

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


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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Will not exceed 4 years

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

23 February 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 February 2024

Local time

12:00pm

Place

Birmingham


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Framework Agreement will last for 4 years (unless terminated under agreement provisions) commencing 1st April 2024.The Framework Agreement will be awarded to one supplier.The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please email us at etendering@birmingham.gov.ukYour completed tender submission should be returned by Noon on 23rd February 2024 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

Royal Strand

London

WC2A 2LL

Country

United Kingdom