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.

Contract Notice

Strategic Asset Management Services Framework

  • First published: 21 October 2022
  • Last modified: 21 October 2022

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-03778b
Published by:
Places for People Group Limited
Authority ID:
AA33230
Publication date:
21 October 2022
Deadline date:
24 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The services required in the Lot include an assessment against any current or future standards e.g. Decent Homes and Decent Homes 2, Welsh Housing Quality Standard and WHQS 2, and Scottish Housing Quality and SHQS 2. The surveys will need to establish the provision of future investment need and projected costs over a 30-year period as well as detailed scoping survey of whole property to establish the overall investment need prior to Constructors commencing design / work including full photographic records, production of programmes of work and affordability analysis.

Three service providers will be appointed to this Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Places for People Group Limited

4 The Pavilions, Portway, Preston

Preston

PR2 2YB

UK

Contact person: Craig Ainscow

Telephone: +44 1772897200

E-mail: info@procurementhub.co.uk

NUTS: UK

Internet address(es)

Main address: www.procurementhub.co.uk

Address of the buyer profile: www.procurementhub.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://procurementhub.delta-esourcing.com/respond/V3KRKBUYBX


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Strategic Asset Management Services Framework

II.1.2) Main CPV code

70000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Procurement Hub wishes to establish a framework agreement for a 4-year duration.

Experienced suppliers are invited to apply for up to 6 lots for strategic asset management services as defined by the NUTS and CPV codes. Applications are welcome from consortia, joint ventures etc. Such parties must form a single legal entity to contract with prior to contract award.

The Lots are stock condition surveys, fire risk assessments, energy performance certificates, asset strategy, energy efficiency and multi-discipline.

This framework is available for use by public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts Regulations 2015 and additionally listed online at http://www.procurementhub.co.uk/eligibility-criteria/

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Stock Condition Surveys

II.2.2) Additional CPV code(s)

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

The services required in the Lot include an assessment against any current or future standards e.g. Decent Homes and Decent Homes 2, Welsh Housing Quality Standard and WHQS 2, and Scottish Housing Quality and SHQS 2. The surveys will need to establish the provision of future investment need and projected costs over a 30-year period as well as detailed scoping survey of whole property to establish the overall investment need prior to Constructors commencing design / work including full photographic records, production of programmes of work and affordability analysis.

Three service providers will be appointed to this Lot.

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: 100 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/V3KRKBUYBX

Lot No: 2

II.2.1) Title

Fire Risk Assessments

II.2.2) Additional CPV code(s)

71313410

90711100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

The services required in the Lot include types 1-4 Fire Risk Assessments to Communal Areas of properties including identification of cost and risk management plan in accordance with Regulatory Reform Order, in addition to wider consultancy advice and support via a nationally recognised and accredited resource specialising in wider Fire Safety Management .

This Lot will be awarded to three service providers.

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: 60 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

Energy Performance Certificates

II.2.2) Additional CPV code(s)

71313000

90700000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Lot is for the provision of Energy Certification in accordance with RDSAP's compliant with EU Energy Performance.

The Lot will be awarded to three service providers.

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: 40 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 4

II.2.1) Title

Asset Strategy

II.2.2) Additional CPV code(s)

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

The Lot includes the preparation of a holistic Asset Management Strategy and Implementation Plan including guidance, facilitating workshops training and presentations. Undertake asset performance evaluation to understand the financial and social performance of the stock and consider the external housing market. Complete an Investment Planning exercise and associated reporting to include investment planning model, packaging programme and strategy to meet short medium and medium term aims. Procure maintenance and investment supply chains.

This Lot will be awarded to three service providers.

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: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 5

II.2.1) Title

Energy Efficiency

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Lot includes a range of advice, support and data analysis services to assist and support any housing provider to gain enhanced business intelligence and insight into the scale and extent – and practical feasibility – of its energy related Stock Investment requirements. This ranges from high level, archetype-based energy studies to help develop strategy to property level retrofit assessment and retrofit coordination to assist in works delivery. This service extends to advising as to the potential Stock Dis-Investment requirements and options associated with schemes/archetypes for which retrospective Energy Efficiency remediation works are neither feasible and/or affordable in the operating context of the individual housing provider.

This Lot will be awarded to three service providers.

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: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.1) Title

Multi-discipline

II.2.2) Additional CPV code(s)

90711100

71313410

71314300

71315200

71313000

90700000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Lot is for a comprehensive strategic asset management service offering including stock condition surveys, fire risk assessments, energy performance certificates, asset strategy, energy efficiency assessment, asbestos surveys, electrical safety, landlord compliance/resident health and safety review and deep dive data assessment, Regulator of Social Housing (RSH) Consumer Standards Review, Building Safety Case/Case Report Compilation – Higher Risk Residential Buildings, DLO/Internal Service Provider Review, Bespoke Property/Asset-based Service Reviews and provision of interim management roles.

This Lot will be awarded to one service provider only.

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: 180 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 24/11/2022

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/11/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:

(a)How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

(b)How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the framework agreement has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Real-estate-services./V3KRKBUYBX

To respond to this opportunity, please click here:

https://procurementhub.delta-esourcing.com/respond/V3KRKBUYBX

GO Reference: GO-20221020-PRO-21199846

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.4.2) Body responsible for mediation procedures

High Court of England and Wales

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

20/10/2022

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
71314300 Energy-efficiency consultancy services Energy and related services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
70000000 Real estate services Construction and Real Estate
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction

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:
info@procurementhub.co.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.