Tender

Property Consultancy

  • Transport for Wales

F02: Contract notice

Notice identifier: 2024/S 000-018807

Procurement identifier (OCID): ocds-h6vhtk-0470eb

Published 18 June 2024, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

Procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://tfw.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

one.3) Communication

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

https://sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sell2wales.gov.wales

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Property Consultancy

two.1.2) Main CPV code

  • 70330000 - Property management services of real estate on a fee or contract basis

two.1.3) Type of contract

Services

two.1.4) Short description

TfW are building the internal team to deliver much of the land and property casework. The casework extends to the management of station lettings, portfolio management across the TfW-owned Core Valley Lines as well as transactional matters as remit expands in a transport space. This contract will provide support to the Commercial Property team and deliver on instructions where specialist knowledge is required or for work that we cannot undertake internally such as ratings advice, planning consultancy, and valuations for transactional matters. The contract will also support where the internal team reaches capacity and therefore provide resilience against the peaks and troughs of property team casework. Further details can be found in the scope document.

two.1.5) Estimated total value

Value excluding VAT: £650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70332200 - Commercial property management services
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70332300 - Industrial property services
  • 70000000 - Real estate services
  • 70300000 - Real estate agency services on a fee or contract basis

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

TfW are building the internal team to deliver much of the land and property casework. The casework extends to the management of station lettings, portfolio management across the TfW-owned Core Valley Lines as well as transactional matters as remit expands in a transport space. This contract will provide support to the Commercial Property team and deliver on instructions where specialist knowledge is required or for work that we cannot undertake internally such as ratings advice, planning consultancy, and valuations for transactional matters. The contract will also support where the internal team reaches capacity and therefore provide resilience against the peaks and troughs of property team casework.

TfW wishes to engage the services of a multi-disciplinary commercial land & property real estate advisor, from time to time, on a task specific call off basis.

Full details can be found in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2+1+1 basis

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

RICS accredited

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.1.8) 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

19 July 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 July 2024

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 ordering will be used

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=142183.

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.

(WA Ref:142183)

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