Tender

Asset Valuations for Statutory Financial Reporting

  • Cherwell District Council

F02: Contract notice

Notice identifier: 2023/S 000-029605

Procurement identifier (OCID): ocds-h6vhtk-0408c7

Published 6 October 2023, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Cherwell District Council

Bodicote House, White Post Road

Banbury

OX15 4AA

Contact

Mike Sullivan

Email

Michael.Sullivan@cherwell-dc.gov.uk

Telephone

+44 1295227940

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

National registration number

n/a

Internet address(es)

Main address

https://cherwell.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/146564

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73587&B=CHERWELL

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73587&B=CHERWELL

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

Asset Valuations for Statutory Financial Reporting

Reference number

23PROC090

two.1.2) Main CPV code

  • 79212500 - Accounting review services

two.1.3) Type of contract

Services

two.1.4) Short description

Under the CIPFA Code of Practice on Local Authority Accounting, Cherwell District Council (CDC) is required to undertake professional valuation of any asset it holds under the revaluation model (IAS16 and IAS40, as adapted by the CIPFA code) for financial reporting purposes. The valuations are required to be undertaken by suitably qualified valuation professionals and at a frequency that ensures the book values declared in the Council’s accounts are current and materially accurate. The council intends to operate a 3-year valuation schedule to ensure that the values remain current and materially correct.

two.1.5) Estimated total value

Value excluding VAT: £208,333

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79212500 - Accounting review services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
  • UK - United Kingdom
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

Under the CIPFA Code of Practice on Local Authority Accounting, Cherwell District Council (CDC) is required to undertake professional valuation of any asset it holds under the revaluation model (IAS16 and IAS40, as adapted by the CIPFA code) for financial reporting purposes. The valuations are required to be undertaken by suitably qualified valuation professionals and at a frequency that ensures the book values declared in the Council’s accounts are current and materially accurate. The council intends to operate a 3-year valuation schedule to ensure that the values remain current and materially correct.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £208,333

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Initial contract period is 3 years with an option to extend by up to 2 years at the Council's discretion.

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.1.8) 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

9 November 2023

Local time

11:00am

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

four.2.7) Conditions for opening of tenders

Date

9 November 2023

Local time

11:00am


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.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

London

Country

United Kingdom