Opportunity

Asset and Property Management Consultancy Framework

  • The Guinness Partnership Ltd

F02: Contract notice

Notice reference: 2022/S 000-011916

Published 6 May 2022, 5:37pm



Section one: Contracting authority

one.1) Name and addresses

The Guinness Partnership Ltd

30 Brock Street, Regents Place

London

NW1 3FG

Contact

Ms Sharon Hunt

Email

sharon@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.guinnesspartnership.com/

Buyer's address

http://www.guinnesspartnership.com/

one.3) Communication

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

https://procontract.due-north.com/Home/

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/Home/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asset and Property Management Consultancy Framework

Reference number

ECH1106

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Guinness Partnership is seeking Tenders from suitably skilled and experienced suppliers for their Asset and Property Management Consultancy services under this four-year, two-lot framework.

This frameworks seeks to offer the benefits of best practice in contract delivery and collaborative working practices for the Guinness Partnership and other framework users.

The framework is to operate across the UK and will be open to all UK public sector bodies to access via a Joining Agreement between the Guinness Partnership, the service provider and Pretium Frameworks Ltd, who the Guinness Partnership has appointed to administer the framework on its behalf. Full details of the scope and requirements of the framework and the procurement process, including how to Tender are included within the procurement and Tender documents.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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

Asset and Property Management Transformational Support Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services
  • 71540000 - Construction management services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 79411000 - General management consultancy services
  • 79415000 - Production management consultancy services
  • 79420000 - Management-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 of the framework will provide comprehensive professional services in regard to reviewing, transforming and improving the framework user’s Asset and Property Management including client side operations and DLO service delivery and operational services

This frameworks seeks to offer the benefits of best practice in contract delivery and collaborative working practices for the Guinness Partnership and other framework users.

The framework is to operate across the UK and will be open to all UK public sector bodies to access via a Joining Agreement between the Guinness Partnership, the service provider and Pretium Frameworks Ltd, who the Guinness Partnership has appointed to administer the framework on its behalf. Full details of the scope and requirements of the framework and the procurement process, including how to Tender are included within the procurement and Tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Asset and Property Management Support Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services
  • 72224000 - Project management consultancy services
  • 72250000 - System and support services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 of the framework offers users a route to market for the supply of professional management and support services for the delivery of their housing maintenance activities, housing and property maintenance services, including client-side and DLO operations.

This frameworks seeks to offer the benefits of best practice in contract delivery and collaborative working practices for the Guinness Partnership and other framework users.

The framework is to operate across the UK and will be open to all UK public sector bodies to access via a Joining Agreement between the Guinness Partnership, the service provider and Pretium Frameworks Ltd, who the Guinness Partnership has appointed to administer the framework on its behalf. Full details of the scope and requirements of the framework and the procurement process, including how to Tender are included within the procurement and Tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,200,000

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the procurement and tender documents

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


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: 5

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: No

four.2) Administrative information

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

Date

6 June 2022

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

6 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process.

The Contracting Authority also reserves the right not to award the Framework.

Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or Tendering for this Framework.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom