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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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