By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Residential Property Sales Service - Shared Equity Scheme.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

London Borough of Newham
Newham Dockside, 1000 Dockside Road
For the attention of: Tender Manager
E16 2QU London
UNITED KINGDOM
Telephone: +44 2033738350

Internet address(es):

General address of the contracting authority: http://nectr.newham.gov.uk/supplierselfservice/

Further information can be obtained from: London Borough of Newham
Newham Dockside, 1000 Dockside Road
For the attention of: Tender Manager
E16 2QU London
UNITED KINGDOM
Telephone: +44 2033738350
Internet address: http://nectr.newham.gov.uk/supplierselfservice/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Newham
Newham Dockside, 1000 Dockside Road
For the attention of: Tender Manager
E16 2QU London
UNITED KINGDOM
Telephone: +44 2033738350
Internet address: http://nectr.newham.gov.uk/supplierselfservice/

Tenders or requests to participate must be sent to: London Borough of Newham
Newham Dockside, 1000 Dockside Road
For the attention of: Tender Manager
E16 2QU London
UNITED KINGDOM
Telephone: +44 2033738350
Internet address: http://nectr.newham.gov.uk/supplierselfservice/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Residential Property Sales Service - Shared Equity Scheme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: various locations with L B of Newham.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
To provide a pre-sales, sales and post sales service for shared equity homes on a one stop, bespoke service that will include pre-marketing, advertising/marketing, evaluation and monitoring, re-sales and after sales provision. Services will also include conveyancing, independent financial advisory services, advice on property specifications, RICS valuation and re-sales and after sales as a single point of contact.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=108167

II.1.6)Common procurement vocabulary (CPV)

75123000, 70333000, 70210000, 70331000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The London Borough of Newham is implementing a Shared Equity Residential Property Sales Scheme as part of the Councils affordable home ownership project. Housing is a key driver to achieving Newham's vision of a place where people chose to live and work.
As part of the Councils resilience agenda the Council is driving through major change and implementing cutting edge policies to improve the quality and access to housing in Newham.
Part of these changes is the establishment of a shared equity scheme
The Council is seeking to promote a major low cost homeownership scheme from 2014.
The shared equity will consist of:
New build- A new build programme to build and sell homes on a shared equity basis.
Street Property- Street property acquisitions and sales programme on a shared equity basis.
Voids- A programme to sell Council void properties on a shared equity basis.
The shared Equity scheme will target people who live or work in Newham and who wish to buy a home accommodating between 1 to 3 bedrooms and purchaser to buy a minimal initial percentage of equity in the accommodation.
The contract will run for a period of 10 years.
The portfolio will cover approximately 1200 properties over the 10 year period?
The estimate value of the contract over the proposed period is approximately GBP 1 400 000.
As part of this initiative the London Borough of Newham is seeking a suitably experienced partner to act as a single ‘one stop shop' provider that has a proven track record acting as selling agents and providing targeted sales, marketing and consultative services. The service will cover the following areas as a minimum:
Pre Marketing
Advertising/Marketing
Sales Support
Evaluation and Monitoring
Re-Sales and After Sales Provision
After Sales Processing
The service provider will be expected to provide expert advice, including legal services, independent financial advisory services, value engineering advice on property specifications, RIC valuation, bespoke marketing and a single point of contact. The provider will also be required to administer the scheme on behalf of the Council, collecting fees on equity loans any service charges and arrears management on post sales.
Estimated value excluding VAT: 1 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Pre Qualification Questionnaire
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the pre qualification questionnaire and tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the pre qualification questionnaire
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
as detailed in the pre qualification questionnaire
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
as detailed in the Pre Qualificiation Questionnaire
Minimum level(s) of standards possibly required: As detailed in the pre qualification questionnaire and tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
as detailed in the pre qualification questionnaire
Minimum level(s) of standards possibly required:
as detailed in the pre qualification questionnaire and tender documents
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Tenderers will be shortlisted by means of responses to a Pre Qualification Questionnaire detailing their financial and technical capacity and track record in providing the services required.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: An electronic reverse auction will be used
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OPS/CI/7142/PE
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
30.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.11.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: September 2022
VI.2)Information about European Union funds
VI.3)Additional information
This tender will be carried out electronically via the Councils electronic tendering system (NECTR).
Expressions of interest and subsequent tenders must be submitted using the Council's e tendering system.
Respondants to this notice are required to apply by registering on Nectr under the relevant category code 80131500.
This will enable to you to download the Pre Qualification Questionnaire document which must be completed and uploaded to the system by the specificed closing date and time.
You can access the e tendering system by following the link below:

If you have difficulties accessing the system or any other system related queries please e mail between the hours of 8am and 5pm.

or call the Nectr Service Line on +44 2033738350
(MT Ref:108167)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The High Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

The High Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The London Borough of Newham will incorporate a minimum standstill period as set out in paragraph 32 of the Public Contract Regulations 2006 and paragraph 32A of the 2009 Amenendment Regulations at the point when information on the award of the contract is communicated to all candidates and tenderers. Any appeal will be in accordance with Part 9 (Applications to the Court) of the aforesaid Regulations and subject to the jurisdictions of the UK Court. Such additional information should be acquired from the Strategic Procurement Unit via the Nectr e tendering system.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.9.2013