Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

Total Asset Management Contract

  • First published: 10 February 2023
  • Last modified: 10 February 2023
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03a487
Published by:
Dacorum Borough Council
Authority ID:
AA23405
Publication date:
10 February 2023
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Dacorum Borough Council intends to extend the term of the Contract with Osborne Property Services Limited for a bridging period of up to a twenty-four months (1+1) to allow it to conduct a re-procurement exercise for the long-term successor to the Contract.

The extension will provide the Council with a sufficient period of time to run a comprehensive market-engagement, commissioning and re-procurement exercise, and to factor in the current high degree of risk and uncertainty in the construction and housing repair sector, with the new service to commence no later than 1st July 2026.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

Dacorum Borough Council

The Forum,Marlowes

HEMEL HEMPSTEAD

HP11DN

UK

Contact person: Andrew Linden

Telephone: +44 1442228263

E-mail: Andrew.Linden@dacorum.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.dacorum.gov.uk

Address of the buyer profile: www.dacorum.gov.uk/dacorum

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

Total Asset Management Contract

Reference number: CPU00230

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

On the 1st July 2014, Dacorum Borough Council ("the Council") entered into a contract for a period of up to 10 years with Osborne Property Services Limited ("Osborne") for 'total asset management' service delivery of Borough wide housing repairs works and services, including maintenance and improvements (the "Contract").

This was advertised on the OJEU under 2013/S 030-046801 (dated 12 February 2013).

The Contract includes responsive repairs, void repairs and planned improvements.

This VEAT notice relates to a proposed extension of the Contract for up to a further 2 years (1+1) with a longstop date of 30th June 2026 to allow the Council to conduct a re-procurement exercise for the long-term successor to the Contract.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer: 40 000 000.00  GBP/ Highest offer: 50 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

31216100

31216200

34928200

44221220

45210000

45220000

45232430

45261410

45261900

45262600

45312310

45312311

45320000

45421100

45421130

45421132

45421140

45451000

50700000

51110000

71220000

71240000

71250000

71300000

71420000

79512000

90650000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Borough of Dacorum in Hertfordshire

II.2.4) Description of the procurement

Dacorum Borough Council intends to extend the term of the Contract with Osborne Property Services Limited for a bridging period of up to a twenty-four months (1+1) to allow it to conduct a re-procurement exercise for the long-term successor to the Contract.

The extension will provide the Council with a sufficient period of time to run a comprehensive market-engagement, commissioning and re-procurement exercise, and to factor in the current high degree of risk and uncertainty in the construction and housing repair sector, with the new service to commence no later than 1st July 2026.

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

The existing Contract with Osborne commenced on 1st July 2014 and expires on 30th June 2024. The Council intends to extend the contract by up to 24 months, with provision to terminate earlier, to allow the Council time to run a comprehensive re-procurement exercise for the appointment of a long-term successor to the Contract. The total estimated value of the original Contract was between £200m and £300m and the cost of the proposed two year extension is between £40m and £50m.

The Council's position is that the proposed extension is a permitted modification under Regulation 72(1)(e) of the Public Contract Regulations 2015 (as amended) ("PCR") (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) are met.

With reference to Regulation 72(8)(a), the proposed modification will not render the Contract materially different in character from the one initially concluded as there will be no change to the services or works to provided for the extension period (either in terms of the nature of the works/services or the quantity). The modification is an extension of term only.

With reference to Regulation 72(8)(b), the Council does not consider that the modification introduces conditions which, had they been part of the initial procurement procedure, would have- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The only effect of the modification is to extend the term of the Contract and so the Council does not consider that there would have been any change to the outcome of the original procurement.

With reference to Regulation 72(8)(c), the modification will not change any of the commercial terms of the Contract, and so there will be no change to the economic balance of the contract.

The Council does not consider that the modification will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole (10 years). No change is proposed to the nature or quantity of the works and services and no new services or works will be included in the scope. The period of the extension may be reduced if the procurement exercise is completed before the end of the extension period.

Regulation 72(8)(e) of the PCR is not engaged as there is no change to the contractor.

The purpose of the modification is to provide a 'bridging period' in order to conduct a comprehensive re-procurement exercise for the long-term successor to the Contract. The modification will therefore allow continuity of service and value for money for the Council while it conducts this exercise, the scope of which will include market testing, assessment of risks and uncertainty within the construction and housing repair sector, corresponding development and design of procurement strategy, managing the orderly wind-down and exit of the Contract with the existing supplier and mobilisation of the new contract.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2013/S 030-046801

Section V: Award of contract/concession

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

09/02/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Osborne Property Services Limited

05756266

Fonteyn House, 47-49 London Road, Reigate

Surrey

RH2 9PY

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 88 to Regulation 102 of the PCR 2015 (particularly, Regulations 92, 93, 94 and 99 in relation to deadlines).

VI.5) Date of dispatch of this notice

09/02/2023

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
79512000 Call centre Telephone-answering services
45000000 Construction work Construction and Real Estate
45451000 Decoration work Other building completion work
71300000 Engineering services Architectural, construction, engineering and inspection services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
34928200 Fences Road furniture
44221220 Fire doors Windows, doors and related items
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421140 Installation of metal joinery except doors and windows Joinery work
45421132 Installation of windows Joinery work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
45320000 Insulation work Building installation work
71420000 Landscape architectural services Urban planning and landscape architectural services
31216200 Lightning conductors Lightning arrestors
45312311 Lightning-conductor installation work Alarm system and antenna installation work
31216100 Lightning-protection equipment Lightning arrestors
45312310 Lightning-protection works Alarm system and antenna installation work
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
50700000 Repair and maintenance services of building installations Repair and maintenance services
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Andrew.Linden@dacorum.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.