Section one: Contracting authority
one.1) Name and addresses
Birmingham City Council
10 Woodcock Street
Birmingham
B4 7WB
Contact
Corporate Procurement Services
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
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