Section one: Contracting authority
one.1) Name and addresses
Network Homes
The Hive, 22 Wembley Park Blvd
London
HA9 0HP
Telephone
+44 2087824312
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.networkhomes.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./6FD3NBYR9Z
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./6FD3NBYR9Z
Tenders or requests to participate must be submitted to the above-mentioned address
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
Valuer's Framework
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme.
Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70110000 - Development services of real estate
- 70121000 - Building sale or purchase services
- 70311000 - Residential building rental or sale services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKH23 - Hertfordshire
Main site or place of performance
LONDON,Hertfordshire
two.2.4) Description of the procurement
Please see uploaded documents
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6FD3NBYR9Z
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.2.3) 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
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
16 March 2022
Local time
12:00pm
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. In order for your tenders to be considered you will be required to provide details of the key contracts you have carried out over the past six months for the provision of valuation services. You will be required to provide site, property and commercial valuation services to Network Homes Ltd. Primarily services will be in relation to Network Homes’ Development Programme.
Framework partners will be called on to provide other, one-off valuation services in relation to other growth opportunities and Network Homes’ existing stock.
Other social housing providers in the UK (both those that are in existence now and those that may come into existence during the term of the framework agreement) may also be entitled to call-off contracts under the framework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing and includes registered providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing), and may include local authorities and ALMO's. Applicantsshould note that, under the framework agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does any social housing provider have the automatic right to do so without direct permission from Network Homes Ltd.
Where other ‘Social Housing Providers’ have instructed call-off contracts under this framework agreement, the value of the Framework stipulated in II.2.6) may increase over its 4 year duration
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Real-estate-services./6FD3NBYR9Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6FD3NBYR9Z
GO Reference: GO-2022211-PRO-19637892
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Network Homes
The Hive, 22 Wembley Park Blvd
London
HA9 0HP
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right of appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is granted by the courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1
six.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom