Tender

Estate Agent and Asset Disposal Framework

  • Thirteen Housing Group Limited

F02: Contract notice

Notice identifier: 2024/S 000-030814

Procurement identifier (OCID): ocds-h6vhtk-04a32e

Published 26 September 2024, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

Thirteen Housing Group Limited

2 Windward Way, Hudson Quay

Middlesbrough

TS2 1NQ

Contact

Joanne Boyd

Email

joanne.boyd@thirteengroup.co.uk

Telephone

+44 7920786582

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://in-tendhost.co.uk/thirteengroup

Buyer's address

https://www.thirteengroup.co.uk/

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 Agent and Asset Disposal Framework

Reference number

THIR 24 003

two.1.2) Main CPV code

  • 70123000 - Sale of real estate

two.1.3) Type of contract

Services

two.1.4) Short description

Thirteen Group is seeking to appoint up to 3 suppliers for Lot 1 Estate Agency services to support our Sales Team with our ambitious programmes across the North East and Yorkshire and Humber areas along with Lot 2 seeking 1 supplier to assist with valuation of potential disposal properties

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

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

Estate Agency Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services
    • QB29 - For real estate law
  • 70300000 - Real estate agency services on a fee or contract basis

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
Main site or place of performance

North East and Yorkshire

two.2.4) Description of the procurement

Lot 1 – Estate Agency Services – Shared Ownership Our aim is to welcome up to 3 suppliers onto our framework, offering estate agency services across our operating areas mentioned below. There are no guaranteed volumes of work - the successful suppliers will be instructed to market homes on a plot-by-plot basis as and when required.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Asset Disposal

Lot No

2

two.2.2) Additional CPV code(s)

  • 70123000 - Sale of real estate
  • 70123100 - Sale of residential real estate

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Lot 2 – Valuation for Disposal Thirteen Group is seeking to appoint an agent to provide valuation and marketing services for a range of properties including residential, retail/commercial and land. Red Book market and rent valuations will be required to support option appraisal of existing stock and decisions on acquiring new properties. Market rent valuations will also be required for individual units for affordable rented properties on tenancy turnover. These may include relatively new build properties, or for more specialist schemes where there are lots of services provided.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000

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 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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

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

8 November 2024

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

11 November 2024

Local time

9:00am

Place

A member of the procurement team will open tenders remotely


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

Public Review Service

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day standstill period from the day the information on the award of the contract is communicated to tenderers.