Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Shropshire Council
Shirehall
Shrewsbury
SY2 6ND
UK
Contact person: Pocourement Team
Telephone: +44 1743252993
E-mail: procurement@shropshire.gov.uk
NUTS: UKG22
Internet address(es)
Main address: https://www.shropshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.bipsolutions.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.bipsolutions.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
RMCB 051 ASSET VALUATION PROGRAMME
Reference number: RMCB 051
II.1.2) Main CPV code
70332000
II.1.3) Type of contract
Services
II.1.4) Short description
Shropshire Council is seeking an RICS Regulated firm to provide valuation services for the annual asset valuation programme and ad hoc valuation advice as required.
II.1.5) Estimated total value
Value excluding VAT:
200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG22
Main site or place of performance:
Shropshire CC
II.2.4) Description of the procurement
Shropshire Council is seeking an RICS Regulated firm to provide valuation services for the annual asset valuation programme and ad hoc valuation advice as required.
The Council holds a diverse land and property portfolio of around 460 assets, all located within the county and with a balance sheet value of c.£500m. Shropshire itself is a rural county with a population of 327,200 across the County town of Shrewsbury, market towns and rural settlements.
Property assets include commercial retail, office and industrial sites, accommodation properties, schools, car parks, waste and highways sites, smallholdings and land held on both freehold and leasehold titles. The assets are held as either Investment or Property Plant and Equipment, Surplus or Held for Sale categories.
The appointed valuers will need to be qualified and competent to value all types of freehold and leasehold property asset, complying with both the requirements of the RICS Valuation Standards and CIPFA regulations. Valuations are on a Market Value Basis, Existing Use or Depreciated Replacement Cost basis.
Valuations are required to be presented as a land/building split with an estimate of the remaining useful life for PPE and Surplus valuations. The Council has a componentisation policy which is to be implemented based on the asset values.
The appointment will be for three years with an option to extend for a further two years.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
23/09/2024
End:
22/09/2027
This contract is subject to renewal: Yes
Description of renewals:
option to extend for a further two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
see tender documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
see tender documentation
Minimum level(s) of standards required:
see tender documentation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
see tender documentation
Minimum level(s) of standards required:
see tender documentation
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
XXXXXXXXXXXX
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
28/10/2024
Local time: 12:00
Place:
Shrewsbury
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.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-Shrewsbury:-Non-residential-property-services./F45QAWX44B
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/F45QAWX44B
GO Reference: GO-2024927-PRO-27842761
VI.4) Procedures for review
VI.4.1) Review body
Shropshire Council
Shrewsbury
SY2 6ND
UK
VI.4.2) Body responsible for mediation procedures
VI.5) Date of dispatch of this notice
27/09/2024