Tender

P-2855 Real Estate Advisor Framework

  • Translink

F05: Contract notice – utilities

Notice identifier: 2023/S 000-033132

Procurement identifier (OCID): ocds-h6vhtk-0416f8

Published 9 November 2023, 9:14am



Section one: Contracting entity

one.1) Name and addresses

Translink

Procurement Department

Belfast

BT2 7LX

Contact

procurementtranslink.co.uk

Email

procurement@translink.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

P-2855 Real Estate Advisor Framework

two.1.2) Main CPV code

  • 70300000 - Real estate agency services on a fee or contract basis

two.1.3) Type of contract

Services

two.1.4) Short description

P-2855 Real Estate Advisor Framework

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70100000 - Real estate services with own property
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70110000 - Development services of real estate
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

P-2855 Real Estate Advisor Framework

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: £300,000

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

This framework agreement may be re-tendered prior to the expiry date

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term of the Framework Agreement will run for two years from contract award date.

The Framework Agreement may be extended, on agreement of both parties, by a further 24 months. No individual single extension will be granted for a period longer than 12 months and any extension will be at the discretion of the Client.

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.2.14) Additional information

Translink wish to establish a Framework for the provision of Real Estate advice, primarily to support the delivery of the Weavers Cross regeneration project, however this may, subject to funding and business need this may be extended to other potential opportunities. Translink is seeking to appoint Real Estate Advisor(s) with the relevant experience, skills, and resources to support the partnership in realising the Vision of “Regeneration through Reconnection” for Weavers Cross. A maximum of 2 suppliers will be appointed to the Framework. Your response must be submitted via the relevant call for tender (Cft). No other method of submission will be accepted.


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.2) Conditions related to the contract

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

30 November 2023

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

Tender must be valid until: 28 February 2024

four.2.7) Conditions for opening of tenders

Date

30 November 2023

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This framework agreement may be retendered before the final end date, subject to business need.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Belfast

Country

United Kingdom