Section one: Contracting authority
one.1) Name and addresses
Basingstoke & Deane Borough Council
Civic Offices
BASINGSTOKE
RG214AH
Contact
Procurement Team
procurement@basingstoke.gov.uk
Telephone
+44 1256844844
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.basingstoke.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=08c81c3c-6980-ed11-811c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
INVITATION TO TENDER FOR THE PROVISION OF PROPERTY ASSET CONSULTANCY SERVICES
Reference number
DN648826
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
Basingstoke and Deane Borough Council (BDBC) is seeking to procure asset Valuation Consultancy Services for asset valuations to be included in the Council's accounts and financial statements.
BDBC has a significant commercial property investment portfolio, all of which is to be valued by external consultants, on an annual basis. The operational portfolio is also to be valued within this contract, with 1/3 of the operational portfolio valued each year of the contract.
The investment element of the portfolio in March 2022 in terms of asset valuation was valued at circa £339m and the operational and car park portfolio was valued at circa £57m.
BDBC wishes to procure asset valuation consultancy services in connection with the annual valuation of its property investment portfolio for the next 3 years, with an option to BDBC to extend for a further year.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70300000 - Real estate agency services on a fee or contract basis
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
BDBC has a significant commercial property investment portfolio, all of which is to be valued by external consultants, on an annual basis. The operational portfolio is also to be valued within this contract, with 1/3 of the operational portfolio valued each year of the contract.
The investment element of the portfolio in March 2022 in terms of asset valuation was valued at circa £339m and the operational and car park portfolio was valued at circa £57m.
BDBC wishes to procure asset valuation consultancy services in connection with the annual valuation of its property investment portfolio for the next 3 years, with an option to BDBC to extend for a further year.
The bidders are requested for each year to quote for both Option A and B.
Option A - An asset valuation date of the 31st March.
Option B - An asset valuation date of 31st December then the valuations updated to provide the asset valuations as of 31st March that will be in line with CIPFA guidance and acceptable to external auditors.
BDBC will then choose each year which valuation date it wants to move forward with. The Council will confirm by the 1st September of each year if it wishes to have the valuations completed with a valuation date of 31st December.
The bidder needs to decide whether an indexing report or revaluation of the property will be necessary. Whichever is chosen, it needs to cover any changes from the 31st December to the 31st March of the following year and the process and asset valuation information provided will need to be deemed acceptable by the auditors. It is for the bidder to confirm what this further report would include and the detail to be provided, including if the bidder will index the asset valuations and how it is anticipated that this will meet the audit requirement for all asset valuations to be materially accurate as at the balance sheet date. The bidder is to provide an example as to what this would report would look like giving examples of where this work has previously been done before. The bidder will also undertake the discussions with the Auditors on all aspects of the audit investigation into the asset valuations and updating report. If further valuations are to be provided, then the bidder will need to confirm the format that this will come in.
A market review and impairment review are required at every financial year end.
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: £600,000
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
The contract will be subject to an optional extension of 1 x 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be subject to an optional extension of 1 x 12 months.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
as set out 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
8 February 2023
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 February 2023
Local time
12:00pm
Place
The Council is utilising an electronic tendering tool. Accordingly, there will be no hard copy documents issued to Tenders and all communication with the Council, Including the submission of Tenderers' Responses, will be conducted via the ProContract system.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 of England and Wales
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom