Future opportunity

2700_22 Estates Management Professional Services

  • ESPO

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice reference: 2021/S 000-021663

Published 1 September 2021, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Place and Environment Procurement Team

Email

tenders@espo.org

Telephone

+44 1162657947

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

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

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.eastmidstenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

2700_22 Estates Management Professional Services

Reference number

2700_22

two.1.2) Main CPV code

  • 70000000 - Real estate services

two.1.3) Type of contract

Services

two.1.4) Short description

Please note this is a Prior Information Notice and tender documentation is not available yet.

A national framework agreement with a number of suppliers to provide estate management consultancy services relating to the use, management, acquisition, disposal and development of land and property, and associated services.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

To express an interest: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘2700_22’, (d) Express an interest.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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

2700_22 Estates Management Professional Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 70000000 - Real estate services
  • 70330000 - Property management services of real estate on a fee or contract basis

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The lot structure will be determined on the tender stage.

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Start date

29 March 2022

End date

28 March 2024

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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.3) Estimated date of publication of contract notice

15 November 2021


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

All service providers will be required to confirm that all reports and recommendations will be approved by a member of the Royal Institution of Chartered Surveyors, or a relevant professional body of equivalent standing.

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

The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.

This framework will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.

Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Limited.

Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.


Section four. Procedure

four.1) Description

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

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


Section six. Complementary information

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom