Tender

Property Valuers Framework

  • Clarion Housing Group

F02: Contract notice

Notice identifier: 2024/S 000-040384

Procurement identifier (OCID): ocds-h6vhtk-04c83c

Published 16 December 2024, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Clarion Housing Group

5th Floor, Greater London House, Hampstead Road

London

NW1 7QX

Contact

Aivars Kalvans

Email

Aivars.Kalvans@clarionhg.com

Telephone

+44 2038400069

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

28038R

Internet address(es)

Main address

https://www.clarionhg.com/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-surveying-services./8UHA7P3W6M

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Property Valuers Framework

Reference number

6191

two.1.2) Main CPV code

  • 71315300 - Building surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

Clarion is looking to appoint a suitable, experienced property surveyors for Investment Property Portfolio, Treasury, Open Market Sales and Regeneration Valuations. The valuations are required for financial statements, red book valuations for open market disposals, treasury and funding purposes. The providers must be RICS accredited.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Investment Property Valuation

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Clarion is looking to appoint a suitable, experienced provider for Investment Property Portfolio Valuations. The valuations are required for financial statements, with two valuations per year - March and September. The successful provider must be RICS accredited.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 66

Cost criterion - Name: Price / Weighting: 34

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Investment Property Portfolio Valuations is ongoing requirement, which will be tendered at the end of this framework.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8UHA7P3W6M

two.2) Description

two.2.1) Title

Property Valuation for Treasury Collateral Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Clarion wants to appoint a suitable, experienced provider for the Treasury's Annual Revaluation of Secured Assets against Funding. The valuations are required in accordance with our Bank Facility Agreements and Bonds / Note Programmes. The provider must be RICS accredited. The portfolio is split into sub-lots: Lot 2 (a) is the primary and Lot 2 (b) is secondary.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 66

Cost criterion - Name: Price / Weighting: 34

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

There is continues requirement for values, it is anticipate that requirements going to be tendered again.

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.2.14) Additional information

The lot value is based on 10 years contract.

two.2) Description

two.2.1) Title

Open Market Sales Valuers

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Clarion is seeking to appoint multiple experienced valuers who have a strong background in property valuation. These valuers will be responsible for conducting red book valuations, which are essential for ensuring accurate market assessments. The valuations will specifically pertain to the open market disposal of residential properties, including houses and flats, as well as parcels of land. We are looking for professionals who are well-versed in local market conditions and possess the necessary qualifications and experience to deliver thorough and reliable valuation reports.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 66

Cost criterion - Name: Price / Weighting: 34

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

There is continues requirement for values, it is anticipate that requirements going to be tendered again.

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

Valuers to Support Regeneration Activities

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Property valuation services related to buyback projects, RICS Redbook valuations.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £270,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

There is continues requirement for values, it is anticipate that requirements going to be tendered again.

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

Royal Institution of Chartered Surveyors; RICS Valuation - Global Standards ('Red Book').

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

Linked to key performance indicators.


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

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

20 January 2025

Local time

3:00pm

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

20 January 2025

Local time

3:00pm

Place

Online


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 10 years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-surveying-services./8UHA7P3W6M

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/8UHA7P3W6M

GO Reference: GO-20241216-PRO-28904566

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, London

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Strand

London

WC2A 2LL

Country

United Kingdom