Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall
Shrewsbury
SY2 6ND
Contact
Pocourement Team
Telephone
+44 1743252993
Country
United Kingdom
Region code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
RMCB 051 ASSET VALUATION PROGRAMME
Reference number
RMCB 051
two.1.2) Main CPV code
- 70332000 - Non-residential property services
two.1.3) Type of contract
Services
two.1.4) Short description
Shropshire Council is seeking an RICS Regulated firm to provide valuation services for the annual asset valuation programme and ad hoc valuation advice as required.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
Shropshire Council is seeking an RICS Regulated firm to provide valuation services for the annual asset valuation programme and ad hoc valuation advice as required.
The Council holds a diverse land and property portfolio of around 460 assets, all located within the county and with a balance sheet value of c.£500m. Shropshire itself is a rural county with a population of 327,200 across the County town of Shrewsbury, market towns and rural settlements.
Property assets include commercial retail, office and industrial sites, accommodation properties, schools, car parks, waste and highways sites, smallholdings and land held on both freehold and leasehold titles. The assets are held as either Investment or Property Plant and Equipment, Surplus or Held for Sale categories.
The appointed valuers will need to be qualified and competent to value all types of freehold and leasehold property asset, complying with both the requirements of the RICS Valuation Standards and CIPFA regulations. Valuations are on a Market Value Basis, Existing Use or Depreciated Replacement Cost basis.
Valuations are required to be presented as a land/building split with an estimate of the remaining useful life for PPE and Surplus valuations. The Council has a componentisation policy which is to be implemented based on the asset values.
The appointment will be for three years with an option to extend for a further two years.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
23 September 2024
End date
22 September 2027
This contract is subject to renewal
Yes
Description of renewals
option to extend for a further two years.
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
see tender documentation
three.1.2) Economic and financial standing
List and brief description of selection criteria
see tender documentation
Minimum level(s) of standards possibly required
see tender documentation
three.1.3) Technical and professional ability
List and brief description of selection criteria
see tender documentation
Minimum level(s) of standards possibly required
see tender documentation
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
Reference to the relevant law, regulation or administrative provision
XXXXXXXXXXXX
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
28 October 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 2024
Local time
12:00pm
Place
Shrewsbury
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F45QAWX44B
GO Reference: GO-2024927-PRO-27842761
six.4) Procedures for review
six.4.1) Review body
Shropshire Council
Shrewsbury
SY2 6ND
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
See above
Shrewsbury
Country
United Kingdom