Notice Information
Notice Title
Total Asset Management Contract
Notice Description
On the 1st July 2014, Dacorum Borough Council ("the Council") entered into a contract for a period of up to 10 years with Osborne Property Services Limited ("Osborne") for 'total asset management' service delivery of Borough wide housing repairs works and services, including maintenance and improvements (the "Contract"). This was advertised on the OJEU under 2013/S 030-046801 (dated 12 February 2013). The Contract includes responsive repairs, void repairs and planned improvements. This VEAT notice relates to a proposed extension of the Contract for up to a further 2 years (1+1) with a longstop date of 30th June 2026 to allow the Council to conduct a re-procurement exercise for the long-term successor to the Contract.
Lot Information
Lot 1
Dacorum Borough Council intends to extend the term of the Contract with Osborne Property Services Limited for a bridging period of up to a twenty-four months (1+1) to allow it to conduct a re-procurement exercise for the long-term successor to the Contract. The extension will provide the Council with a sufficient period of time to run a comprehensive market-engagement, commissioning and re-procurement exercise, and to factor in the current high degree of risk and uncertainty in the construction and housing repair sector, with the new service to commence no later than 1st July 2026.
Procurement Information
The existing Contract with Osborne commenced on 1st July 2014 and expires on 30th June 2024. The Council intends to extend the contract by up to 24 months, with provision to terminate earlier, to allow the Council time to run a comprehensive re-procurement exercise for the appointment of a long-term successor to the Contract. The total estimated value of the original Contract was between PS200m and PS300m and the cost of the proposed two year extension is between PS40m and PS50m. The Council's position is that the proposed extension is a permitted modification under Regulation 72(1)(e) of the Public Contract Regulations 2015 (as amended) ("PCR") (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) are met. With reference to Regulation 72(8)(a), the proposed modification will not render the Contract materially different in character from the one initially concluded as there will be no change to the services or works to provided for the extension period (either in terms of the nature of the works/services or the quantity). The modification is an extension of term only. With reference to Regulation 72(8)(b), the Council does not consider that the modification introduces conditions which, had they been part of the initial procurement procedure, would have- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The only effect of the modification is to extend the term of the Contract and so the Council does not consider that there would have been any change to the outcome of the original procurement. With reference to Regulation 72(8)(c), the modification will not change any of the commercial terms of the Contract, and so there will be no change to the economic balance of the contract. The Council does not consider that the modification will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole (10 years). No change is proposed to the nature or quantity of the works and services and no new services or works will be included in the scope. The period of the extension may be reduced if the procurement exercise is completed before the end of the extension period. Regulation 72(8)(e) of the PCR is not engaged as there is no change to the contractor. The purpose of the modification is to provide a 'bridging period' in order to conduct a comprehensive re-procurement exercise for the long-term successor to the Contract. The modification will therefore allow continuity of service and value for money for the Council while it conducts this exercise, the scope of which will include market testing, assessment of risks and uncertainty within the construction and housing repair sector, corresponding development and design of procurement strategy, managing the orderly wind-down and exit of the Contract with the existing supplier and mobilisation of the new contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03a487
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004101-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31216100 - Lightning-protection equipment
31216200 - Lightning conductors
34928200 - Fences
44221220 - Fire doors
45000000 - Construction work
45210000 - Building construction work
45220000 - Engineering works and construction works
45232430 - Water-treatment work
45261410 - Roof insulation work
45261900 - Roof repair and maintenance work
45262600 - Miscellaneous special-trade construction work
45312310 - Lightning-protection works
45312311 - Lightning-conductor installation work
45320000 - Insulation work
45421100 - Installation of doors and windows and related components
45421130 - Installation of doors and windows
45421132 - Installation of windows
45421140 - Installation of metal joinery except doors and windows
45451000 - Decoration work
50700000 - Repair and maintenance services of building installations
51110000 - Installation services of electrical equipment
71220000 - Architectural design services
71240000 - Architectural, engineering and planning services
71250000 - Architectural, engineering and surveying services
71300000 - Engineering services
71420000 - Landscape architectural services
79512000 - Call centre
90650000 - Asbestos removal services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 20233 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 9 Feb 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DACORUM BOROUGH COUNCIL
- Contact Name
- Andrew Linden
- Contact Email
- andrew.linden@dacorum.gov.uk
- Contact Phone
- +44 1442228263
Buyer Location
- Locality
- HEMEL HEMPSTEAD
- Postcode
- HP1 1DN
- Post Town
- Hemel Hempstead
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH27 South West Hertfordshire
- Delivery Location
- TLH23 Hertfordshire CC
-
- Local Authority
- Dacorum
- Electoral Ward
- Hemel Hempstead Town
- Westminster Constituency
- Hemel Hempstead
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03a487-2023-02-09T20:52:03Z",
"date": "2023-02-09T20:52:03Z",
"ocid": "ocds-h6vhtk-03a487",
"initiationType": "tender",
"tender": {
"id": "CPU00230",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Total Asset Management Contract",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "On the 1st July 2014, Dacorum Borough Council (\"the Council\") entered into a contract for a period of up to 10 years with Osborne Property Services Limited (\"Osborne\") for 'total asset management' service delivery of Borough wide housing repairs works and services, including maintenance and improvements (the \"Contract\"). This was advertised on the OJEU under 2013/S 030-046801 (dated 12 February 2013). The Contract includes responsive repairs, void repairs and planned improvements. This VEAT notice relates to a proposed extension of the Contract for up to a further 2 years (1+1) with a longstop date of 30th June 2026 to allow the Council to conduct a re-procurement exercise for the long-term successor to the Contract.",
"lots": [
{
"id": "1",
"description": "Dacorum Borough Council intends to extend the term of the Contract with Osborne Property Services Limited for a bridging period of up to a twenty-four months (1+1) to allow it to conduct a re-procurement exercise for the long-term successor to the Contract. The extension will provide the Council with a sufficient period of time to run a comprehensive market-engagement, commissioning and re-procurement exercise, and to factor in the current high degree of risk and uncertainty in the construction and housing repair sector, with the new service to commence no later than 1st July 2026.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31216100",
"description": "Lightning-protection equipment"
},
{
"scheme": "CPV",
"id": "31216200",
"description": "Lightning conductors"
},
{
"scheme": "CPV",
"id": "34928200",
"description": "Fences"
},
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "45261410",
"description": "Roof insulation work"
},
{
"scheme": "CPV",
"id": "45261900",
"description": "Roof repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45262600",
"description": "Miscellaneous special-trade construction work"
},
{
"scheme": "CPV",
"id": "45312310",
"description": "Lightning-protection works"
},
{
"scheme": "CPV",
"id": "45312311",
"description": "Lightning-conductor installation work"
},
{
"scheme": "CPV",
"id": "45320000",
"description": "Insulation work"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
},
{
"scheme": "CPV",
"id": "45421140",
"description": "Installation of metal joinery except doors and windows"
},
{
"scheme": "CPV",
"id": "45451000",
"description": "Decoration work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "79512000",
"description": "Call centre"
},
{
"scheme": "CPV",
"id": "90650000",
"description": "Asbestos removal services"
}
],
"deliveryAddresses": [
{
"region": "UKH23"
}
],
"deliveryLocation": {
"description": "Borough of Dacorum in Hertfordshire"
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"reviewDetails": "In accordance with Regulation 88 to Regulation 102 of the PCR 2015 (particularly, Regulations 92, 93, 94 and 99 in relation to deadlines).",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The existing Contract with Osborne commenced on 1st July 2014 and expires on 30th June 2024. The Council intends to extend the contract by up to 24 months, with provision to terminate earlier, to allow the Council time to run a comprehensive re-procurement exercise for the appointment of a long-term successor to the Contract. The total estimated value of the original Contract was between PS200m and PS300m and the cost of the proposed two year extension is between PS40m and PS50m. The Council's position is that the proposed extension is a permitted modification under Regulation 72(1)(e) of the Public Contract Regulations 2015 (as amended) (\"PCR\") (non-substantial modifications) and that none of the conditions set out in Regulation 72(8) are met. With reference to Regulation 72(8)(a), the proposed modification will not render the Contract materially different in character from the one initially concluded as there will be no change to the services or works to provided for the extension period (either in terms of the nature of the works/services or the quantity). The modification is an extension of term only. With reference to Regulation 72(8)(b), the Council does not consider that the modification introduces conditions which, had they been part of the initial procurement procedure, would have- (i) allowed for the admission of other candidates than those initially selected, (ii) allowed for the acceptance of a tender other than that originally accepted, or (iii) attracted additional participants in the procurement procedure. The only effect of the modification is to extend the term of the Contract and so the Council does not consider that there would have been any change to the outcome of the original procurement. With reference to Regulation 72(8)(c), the modification will not change any of the commercial terms of the Contract, and so there will be no change to the economic balance of the contract. The Council does not consider that the modification will extend the scope of the Contract considerably within the meaning of Regulation 72(8)(d) in the context of the Contract as a whole (10 years). No change is proposed to the nature or quantity of the works and services and no new services or works will be included in the scope. The period of the extension may be reduced if the procurement exercise is completed before the end of the extension period. Regulation 72(8)(e) of the PCR is not engaged as there is no change to the contractor. The purpose of the modification is to provide a 'bridging period' in order to conduct a comprehensive re-procurement exercise for the long-term successor to the Contract. The modification will therefore allow continuity of service and value for money for the Council while it conducts this exercise, the scope of which will include market testing, assessment of risks and uncertainty within the construction and housing repair sector, corresponding development and design of procurement strategy, managing the orderly wind-down and exit of the Contract with the existing supplier and mobilisation of the new contract."
},
"awards": [
{
"id": "004101-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-05756266",
"name": "Osborne Property Services Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-74950",
"name": "Dacorum Borough Council",
"identifier": {
"legalName": "Dacorum Borough Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "The Forum,Marlowes",
"locality": "HEMEL HEMPSTEAD",
"region": "UKH23",
"postalCode": "HP11DN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Linden",
"telephone": "+44 1442228263",
"email": "Andrew.Linden@dacorum.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dacorum.gov.uk",
"buyerProfile": "http://www.dacorum.gov.uk/dacorum",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-COH-05756266",
"name": "Osborne Property Services Limited",
"identifier": {
"legalName": "Osborne Property Services Limited",
"id": "05756266",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Fonteyn House, 47-49 London Road, Reigate",
"locality": "Surrey",
"region": "UKJ2",
"postalCode": "RH2 9PY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-935",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-74950",
"name": "Dacorum Borough Council"
},
"contracts": [
{
"id": "004101-2023-1",
"awardID": "004101-2023-1",
"status": "active",
"dateSigned": "2023-02-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 40000000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 50000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 40000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 50000000,
"currency": "GBP"
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:046801-2013:TEXT:EN:HTML"
}
],
"language": "en"
}