Opportunity

Estate Agents, Valuers and Associated Services Framework

  • Adra (Tai) Cyf

F02: Contract notice

Notice reference: 2021/S 000-011780

Published 27 May 2021, 9:04am



Section one: Contracting authority

one.1) Name and addresses

Adra (Tai) Cyf

PO Box 206

Bangor

LL57 9DS

Email

caffael@adra.co.uk

Telephone

+44 3001238084

Country

United Kingdom

NUTS code

UKL12 - Gwynedd

Internet address(es)

Main address

http://adra.co.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0001

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

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

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

Estate Agents, Valuers and Associated Services Framework

two.1.2) Main CPV code

  • 70000000 - Real estate services

two.1.3) Type of contract

Services

two.1.4) Short description

Estate Agents, Valuers and Associated Services Framework

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

Estate Agency – Gwynedd & Conwy

Lot No

1

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Gwynedd & Conwy

two.2.4) Description of the procurement

Estate Agency Services– Gwynedd & Conwy

two.2.5) Award criteria

Quality criterion - Name: Quality submission / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

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) Description

two.2.1) Title

Estate Agency – Flintshire & Denbighshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Flintshire & Denbighshire

two.2.4) Description of the procurement

Estate Agency Services – Flintshire & Denbighshire

two.2.5) Award criteria

Quality criterion - Name: Quality submission / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

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) Description

two.2.1) Title

Estate Agency Wrexham

Lot No

3

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wrexham

two.2.4) Description of the procurement

Estate Agency Services - Wrexham

two.2.5) Award criteria

Quality criterion - Name: Quality submission / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

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) Description

two.2.1) Title

Valuers

Lot No

4

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Land, Property and market sales valuations

two.2.5) Award criteria

Quality criterion - Name: Quality submission / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

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) Description

two.2.1) Title

Independent Valuers

Lot No

5

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Property Valuations

two.2.5) Award criteria

Quality criterion - Name: Quality submission / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

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.1.2) 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 several operators

Envisaged maximum number of participants to the framework agreement: 11

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

28 June 2021

Local time

12:00pm

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

English, Welsh

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 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: In 4 years

six.2) Information about electronic workflows

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 Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=110961.

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.sell2wales.gov.wales/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.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please refer to the Social Value proposal as included in Volume 2.

(WA Ref:110961)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom