Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Procurement
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk
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
RICS Red Book Compliant Valuations Framework
Reference number
DN723190
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
BCP Council has a diverse range of housing, commercial units, community assets, development land, agricultural land, and amenity land. It is the long-term aim of BCP Council to adopt a Corporate Landlord Model to centrally manage its estate. At present estate management is driven by individual service units within the Council (who control the assets), with advice and professional services being provided by the inhouse Estates team.
As part of the decision-making process there are times when independent, external opinions of value (in the form of RICS compliant valuation reports) are required. This may be due to the specialist nature of a site, the need for “arm’s length” advice, or the lack of capacity of the Estates team to undertake the work within the required timeframe.
This tender aims to create a framework of Suppliers for the provision of Valuation services. It is intended that the framework will run for a period of 4 years, for services including but not limited to acquisitions, disposals, wayleaves, easements, covenant releases.
The Framework Agreement will be divided into separate Lots as follows:
• Lot 1 – Estimated valuation of asset up to £2,0000,000
• Lot 2 – Estimated valuation of asset above £1,500,000
BCP’s intention is to award up to 3 suppliers per Lot onto the Framework.
two.1.5) Estimated total value
Value excluding VAT: £530,000
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
Estimated valuation of asset up to £2,0000,000
Lot No
1
two.2.2) Additional CPV code(s)
- 70300000 - Real estate agency services on a fee or contract basis
two.2.3) Place of performance
NUTS codes
- UKK24 - Bournemouth, Christchurch and Poole
two.2.4) Description of the procurement
The scope and specification of the framework for Lot 1 is for sites with an estimated valuation of asset up to £2,0000,000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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
Lot No
2
two.2.2) Additional CPV code(s)
- 70300000 - Real estate agency services on a fee or contract basis
two.2.3) Place of performance
NUTS codes
- UKK24 - Bournemouth, Christchurch and Poole
two.2.4) Description of the procurement
The scope and specification of the framework for Lot 2 is for sites with an estimated valuation of asset above £1,5000,000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
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
Refer to procurement documents.
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.2.3) 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.1.8) 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
7 June 2024
Local time
2:00pm
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
7 June 2024
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Councils democratic services team.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
Strand
London
WCA 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).