Skip to main content.

Procurement Hub: Strategic Asset Management Services Framework

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Strategic Asset Management Services Framework
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Open
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/
Published: 20/10/2022 14:23
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Real estate services.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             4 The Pavilions, Portway, Preston, Preston, PR2 2YB, United Kingdom
             Tel. +44 1772897200, Email: info@procurementhub.co.uk
             Contact: Craig Ainscow
             Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.procurementhub.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      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       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      70000000 - Real estate services.

      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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Stock Condition Surveys       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/V3KRKBUYBX       
II.2) Description Lot No. 2
      
      II.2.1) Title: Fire Risk Assessments       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71313410 - Risk or hazard assessment for construction.
      90711100 - Risk or hazard assessment other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Energy Performance Certificates       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71313000 - Environmental engineering consultancy services.
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Asset Strategy       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Energy Efficiency       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Multi-discipline       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      90711100 - Risk or hazard assessment other than for construction.
      71313410 - Risk or hazard assessment for construction.
      71314300 - Energy-efficiency consultancy services.
      71315200 - Building consultancy services.
      71313000 - Environmental engineering consultancy services.
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 16           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/11/2022 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/11/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Strand, London, WC2A 2LL, United Kingdom
   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 lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 20/10/2022

Annex A


View any Notice Addenda

View Award Notice