Opportunity

Homes England Property and Financial Professional Services Framework 2022 - 2026

  • Homes England (the name adopted by the Homes and Communities Agency)

F02: Contract notice

Notice reference: 2022/S 000-001716

Published 20 January 2022, 1:54pm



Section one: Contracting authority

one.1) Name and addresses

Homes England (the name adopted by the Homes and Communities Agency)

One Friargate

Coventry

CV1 2GN

Email

propertyframework22@homesengland.gov.uk

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.gov.uk/government/organisations/homes-england

Buyer's address

https://www.gov.uk/government/organisations/homes-england

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/Advert?advertId=39420b7c-4579-ec11-8110-005056b64545&fromRfxSummary=True&rfxId=a6c93ae7-4579-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=39420b7c-4579-ec11-8110-005056b64545&fromRfxSummary=True&rfxId=a6c93ae7-4579-ec11-8110-005056b64545

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Homes England Property and Financial Professional Services Framework 2022 - 2026

Reference number

DN562720

two.1.2) Main CPV code

  • 70000000 - Real estate services

two.1.3) Type of contract

Services

two.1.4) Short description

Homes England is seeking to appoint a £100m (ex VAT) national framework agreement for four years, to replace the existing Property Professional Services Framework. The proposed framework will comprise of two lots:

Lot One (£95m) is for a property professional and technical services.

Lot Two (£5m) is for financial advisory services.

Any organisation, or consortium, can apply to be a supplier if they can deliver all of the required services across England. Interested Suppliers should look carefully at the procurement documentation. Individual appointments will either be via direct award or further competition.

Our Property and Financial Professional services framework will used by Homes England and also be made available to other public bodies as part of Homes England's enabling role which include:

- central government departments and their arm's length bodies and agencies,

- non-departmental public bodies,

- NHS bodies,

- local authorities,

- registered providers,

- health,

- police,

- fire and rescue,

- education,

- charities and devolved administrations.

Refer to our procurement documentation for further details.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Property Professional and Technical Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot One: Property Services (£95m)

Property Professional and Technical services for providers to provide the full range of Property Professional and Technical advice including but not limited to:

1. Property Advisory Services

2. Land and Property Agency Services

3. Estate and Facilities Management Services

4. Property Investment, Appraisal and Compliance Services

5. Valuation Services

6. Lead Consultant and Project Management Services

7. Development Structures and Partnering

8. Office Accommodation

9. General Services

10. Design Quality Assessment Programme

It is envisaged that there will be 18 suppliers appointed for Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

two.2.6) Estimated value

Value excluding VAT: £95,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Financial Advisory Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79412000 - Financial management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: Financial Advisory Services (£5m)

An overview of the Financial Advisory Services we are seeking to procure to support our Land, Property and Investment activities includes:

1. Corporate Financial Advice

2. Due Diligence

3. Capital Structure Analysis

4. Financial Modelling

5. Market Assessment

6. Tax and Accounting Services

7. Auditing and Assurance Services

8. Counterparty Advice and Assistance

9. Restructuring and Insolvency Advice and Services

10. Environmental, Social, and Governance Advice

11. General Services

It is envisaged that there will be 8 suppliers appointed for Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35%

Price - Weighting: 65%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see the Framework Agreement and Schedules available on ProContract to registered suppliers.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 26

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020941

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 February 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Procurement expected to reoccur in 2025.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The opportunity can be accessed via Home England’s e-Tendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through our e-Tendering system. If not already registered, candidates should register at https://procontract.due-north.com/Login

All discussions, meetings, and communications will be conducted in English.

The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.

This procurement and award are subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by Homes England and our contract with the supplier.

Bidders should highlight any areas they consider commercially sensitive in order for Homes England to be able to honour our transparency obligations without undermining the bidder's commercial interests.

Candidates are advised that Homes England is subject to the freedom of information Act 2000 (‘The Act’). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Homes England shall take such statements into consideration in the event that it receives a request pursuant to the act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.

Homes England takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with Homes England.

Please refer to our anti-bribery and corruption policy by visiting https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.

Homes England (the trading name adopted by the Homes and Communities Agency) is committed to protecting the privacy and security of your personal data. Details can be found at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter

All dates in this notice are indicative and may be amended.

The NUTS code included in this notice is ‘UK’. However, the services will only be procured in England.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom