Tender

The Provision of Valuation Services to The Development Bank of Wales Group

  • Development Bank of Wales

F02: Contract notice

Notice identifier: 2023/S 000-037884

Procurement identifier (OCID): ocds-h6vhtk-0429ae

Published 22 December 2023, 4:14pm



The closing date and time has been changed to:

16 February 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Development Bank of Wales

1 Capital Quarter Tyndall Street

Cardiff

CF10 4BZ

Email

procurement@developmentbank.wales

Telephone

+44 2920338100

Fax

+44 2920338101

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.developmentbank.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Economic and financial affairs


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Valuation Services to The Development Bank of Wales Group

Reference number

DBW00033.00

two.1.2) Main CPV code

  • 70331000 - Residential property services

two.1.3) Type of contract

Services

two.1.4) Short description

Following publication of Prior Information Notice FTS-20230801 on 1st August 2023, DBW is carrying out a procurement advertised in Find a Tender Service (FTS), via Sell2Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure a RICs accredited panel for valuation services. Full details of the services is set out at Section 3 of the Invitation to Tender.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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

South East Wales

Lot No

1

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of four (4) suppliers to this lot which will be operated on a rota basis.

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

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for up to three extensions of twenty four (24) months each.

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

Mid and North Wales

Lot No

3

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
  • UKL11 - Isle of Anglesey
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire

two.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of two (2) suppliers to this lot which will be operated on a rota basis.

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

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for a further three (3) extensions of twenty four (24) months each.

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

West Wales

Lot No

2

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys

two.2.4) Description of the procurement

The purpose of this tender is to appoint a number of suitably qualified Suppliers to each of three (3) geographical Lots across Wales to provide services in relation to the Help to Buy Wales Scheme, the Help to Stay Wales, the Leaseholder Support Scheme and the Self Build Wales Scheme.

DBW will appoint up to a maximum of two (2) suppliers to this lot which will be operated on a rota basis.

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

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial term of two (2) years with the option to extend for up to three (3) extensions of twenty four (24) months each.

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

Suppliers must be RICS accredited.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.2) Contract performance conditions

Please refer to the Invitation to Tender and draft 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.1.8) 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

Originally published as:

Date

9 February 2024

Local time

12:00pm

Changed to:

Date

16 February 2024

Local time

12:00pm

See the change notice.

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

English, Welsh

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

9 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=137594

(WA Ref:137594)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom