Section one: Contracting authority
one.1) Name and addresses
Development Bank of Wales
1 Capital Quarter Tyndall Street
Cardiff
CF10 4BZ
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