Estate Agency Framework London
NHH is establishing a Framework to appoint sales agents for all future schemes.
United Kingdom-London: Real estate services with own property
2016/S 174-312485
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Bruce Kenrick House, 2 Killick Street
London
N1 9FL
United Kingdom
Contact person: Darren Sullivan
Telephone: +44 2038150357
E-mail: Tender@nhhg.org.uk
NUTS code: UKI22
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Estate Agency Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHH is establishing a Framework to appoint sales agents for all future schemes. The scope of these services may include but is not limited too:
Ensure high-quality services to potential Buyers of NHH properties;
A good customer focussed service;
Provide an efficient and cost effective service to NHH;
For any of the different types of tenure;
The awarding of a place on NHH’s Framework for Estate Agents does not guarantee any amount of work but offers the opportunity to competitively tender for contracts as and when NHH has a requirement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Small Schemes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, Inner London — West, Outer London — East and North East, Outer London — South, Outer London — West and North West, Inner London — East, Inner London, Outer London.
II.2.4)Description of the procurement:
Estate Agent services for Lot 1 small scheme, GDV 5 000 000 – 15 000 000 GBP or 5 units plus.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Medium Schemes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, Inner London — West, Outer London — East and North East, Outer London — South, Outer London — West and North West, Inner London — East, Inner London, Outer London.
II.2.4)Description of the procurement:
Estate Agent Services for Medium sized schemes GDV 15 000 to 65 000 GBP or 20 units plus.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Estate Agent Services Large Schemes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, Inner London — West, Outer London — East and North East, Outer London — South, Outer London — West and North West, Inner London — East, Inner London, Outer London.
II.2.4)Description of the procurement:
Estate Agent Services Large Schemes GDV 65 000 000 GBP and above or 50 units and above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
To join the Framework, potential Bidders must demonstrate or be accredited (if appropriate) with the following:
Significant experience of operating within London or a City of equal size;
Member of RICS (Royal Institute of Chartered Surveyors) and provide red book valuations;
Member of NAEA (National Association of Estate Agents);
Have a head or residential office(s) in London;
Minimum Financial Turnover — (2 000 000 GBP Small Schemes, 10 000 000 GBP Medium Scheme and 20 000 000 GBP Large Schemes.
Provide 2 references of working with Housing Associations in London.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Lot 1 maximum number of bidders to be taken onto the framework will be 10.
Lot 2 Maximum number of bidders to be taken onto the framework will be 10.
Lot 3 Maximum number of bidders to be taken onto the framework will be 5.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EC6887K9NE
GO Reference: GO-201697-PRO-8747271.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Residential Property Valuation Services Leicester
Provide Property Advice Services to Sevenoaks Council