Tender

Property Disposal Services

  • CROYDON COUNCIL

F02: Contract notice

Notice identifier: 2024/S 000-030685

Procurement identifier (OCID): ocds-h6vhtk-04a2ee

Published 25 September 2024, 5:27pm



Section one: Contracting authority

one.1) Name and addresses

CROYDON COUNCIL

Bernard Weatherill House,8 Mint Walk

CROYDON

CR01EA

Contact

William Salter

Email

William.Salter@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

Region code

UKI62 - Croydon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.croydon.gov.uk/

one.3) Communication

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

https://in-tendhost.co.uk/croydontenders/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/croydontenders/aspx/Home

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

Property Disposal Services

Reference number

LBC/TN/345

two.1.2) Main CPV code

  • 70122000 - Land sale or purchase services

two.1.3) Type of contract

Services

two.1.4) Short description

Croydon Council is seeking to appoint the service of reputable suppliers to provide property disposal services. Bids are expected from suppliers with the following attributes:

• Multi-disciplinary sales teams with market credibility

• Development and planning expertise given the development potential of some of the sites

• Demonstrable knowledge of the market

• Wide client base with both local and national reach

• Outstanding sales expertise

• Demonstrable commitment to this sale process and evidence that the best team will be appointed to deliver the sale

The tender is divided into two lots, and suppliers can tender for one or both lots. However, each lot will be evaluated separately.

Lot 1- is for higher volumes of lower value, less complex property assets valued below £2m,

Lot 2 - is for larger, more complex, higher value property assets valued above £2m.

For more information on the specification please refer to the published tender specification and associated documents.

The contract is for 3 years with the option to extend by one year, effective from November 2024.

The tender will be published via the Council InTend e-Procurement Portal. To register, click on the following link and follow the on-screen instructions at https://in-tendhost.co.uk/croydontenders/aspx/Home

Any supplier who responds indicating they wish to participate in the competition and does not register on the InTend e-procurement portal will not be issued with tender documentation.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Bids are expected from suppliers with the following attributes:

• Multi-disciplinary sales teams with market credibility

• Development and planning expertise given the development potential of some of the sites

• Demonstrable knowledge of the market

• Wide client base with both local and national reach

• Outstanding sales expertise

• Demonstrable commitment to this sale process and evidence that the best team will be appointed to deliver the sale

The tender is divided into two lots, and suppliers can tender for one or both lots. However, each lot will be evaluated separately.

Lot 1- is for higher volumes of lower value, less complex property assets valued below £2m,

Lot 2 - is for larger, more complex, higher value property assets valued above £2m.

For more information on the specification please refer to the published tender specification and associated documents.

The contract is for 3 years with the option to extend by one year, effective from November 2024.

The tender will be published via the Council InTend e-Procurement Portal. To register, click on the following link and follow the on-screen instructions at https://in-tendhost.co.uk/croydontenders/aspx/Home

Any supplier who responds indicating they wish to participate in the competition and does not register on the InTend e-procurement portal will not be issued with tender documentation.

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

36

This contract is subject to renewal

Yes

Description of renewals

optional 12 months extension

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 October 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

16 October 2024

Local time

1:00pm


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

Croydon Council

Croydon

Country

United Kingdom