Notice Information
Notice Title
Strategic Asset Management Services 2
Notice Description
Procurement Hub wishes to establish a Framework Agreement for a six (6) year term. Experienced suppliers are invited to submit Tenders for the framework agreement, which will encompass strategic asset management services as defined by the CPV codes set out in the Tender Notice. Contracts awarded under the Framework for either Places for People Group companies or Procurement Hub members will be awarded in accordance with the Direct Award Procedure as described in the Framework Agreement. The SAMS 2 (Strategic Asset Management Services) framework is designed to provide a comprehensive, "single-source" solution for social housing providers across the UK. Unlike traditional multi-lot frameworks, SAMS 2 appoints a single Strategic Partner to manage the entire scope of asset consultancy and compliance services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067f8e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032639-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
70 - Real estate services
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
70000000 - Real estate services
71000000 - Architectural, construction, engineering and inspection services
79400000 - Business and management consultancy and related services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £800,000,000 £100M-£1B
- Lots Value
- £800,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Apr 20262 days ago
- Submission Deadline
- 29 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 12 Jul 2026 - 12 Jul 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PLACES FOR PEOPLE GROUP LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- WC1X 8QR
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- Not specified
-
- Local Authority
- Camden
- Electoral Ward
- King's Cross
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/032639-2026
10th April 2026 - Tender notice on Find a Tender
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-067f8e-2026-04-10T09:14:48+01:00",
"date": "2026-04-10T09:14:48+01:00",
"ocid": "ocds-h6vhtk-067f8e",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-03777037",
"name": "PLACES FOR PEOPLE GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03777037"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCLC-2366-MYPY"
}
],
"address": {
"streetAddress": "305 Gray's Inn Road",
"locality": "London",
"postalCode": "WC1X 8QR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"name": "Molly Morgan",
"email": "hello@procurementhub.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-03777037",
"name": "PLACES FOR PEOPLE GROUP LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-067f8e",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Strategic Asset Management Services 2",
"description": "Procurement Hub wishes to establish a Framework Agreement for a six (6) year term. Experienced suppliers are invited to submit Tenders for the framework agreement, which will encompass strategic asset management services as defined by the CPV codes set out in the Tender Notice. Contracts awarded under the Framework for either Places for People Group companies or Procurement Hub members will be awarded in accordance with the Direct Award Procedure as described in the Framework Agreement. The SAMS 2 (Strategic Asset Management Services) framework is designed to provide a comprehensive, \"single-source\" solution for social housing providers across the UK. Unlike traditional multi-lot frameworks, SAMS 2 appoints a single Strategic Partner to manage the entire scope of asset consultancy and compliance services.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "IM",
"country": "IM",
"countryName": "Isle of Man"
},
{
"region": "JE",
"country": "JE",
"countryName": "Jersey"
},
{
"region": "GI",
"country": "GI",
"countryName": "Gibraltar"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 960000000,
"amount": 800000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "PfP will conduct the Competitive Flexible Procedure in line with the following process Procurement Specific Questionnaire The aim of this first stage is for Bidders to express their interest in participating in the procedure by submitting a completed Procurement Specific Questionnaire with their Initial Tender Submission and for PfP to use the completed Procurement Specific Questionnaires to compile a shortlist of suitably experienced and qualified bidders to progress to the next stage of the Competitive Flexible Procedure. Bidders are required to complete the Procurement Specific Questionnaire as the first stage of this Competitive Flexible Procedure. This response (alongside the information PfP has accessed from the Government's Supplier Information System using the Unique Identifier Reference provided by the Bidder on the Central Digital Platform) will be used to assess the suitability of interested Bidders. The Conditions of Participation assessment undertaken by PfP is designed to identify those Bidders who meet PfP's required standards of financial stability and strength, good standing and technical capability. It will also assess how well the Bidders' experience and areas of expertise match the relevant priorities of PfP in carrying out the Project. Further details are set out in the Procurement Specific Questionnaire. PfP makes no representation regarding any Bidder's financial stability or strength, good standing or technical capability or ability in any way to carry out the Project. A Bidder cannot participate in the Competitive Flexible Procedure unless it has first registered on the Government's Supplier Information System and obtained a Unique Identifier Number and provided that Unique Identifier Number to PfP. Initial Tender Stage The aim of this Initial Tender stage is for Bidders to provide a completed Initial Tender Submission Document by the required deadline and for PfP to evaluate and use the Initial Tenders for the basis of further shortlisting and subsequent Presentations/negotiations as detailed below. Each Bidder is required to submit an Initial Tender Submission. Bidders are required to compile its Initial Tender Submission in accordance with the requirements set out in Sections 2 (Tender Requirements) and 3 (Submission Requirements) of this document. This Initial Tender Submission will be evaluated in accordance with the assessment methodology set out at Section 5 (Evaluation) and PfP reserves the right to reject the lowest ranked Initial Tender Submission(s) in order to compile a further short-list of 3 Bidders ahead of the subsequent Presentation/negotiation stage. Following this further short-listing, PfP intends to use the Initial Tender Submissions as the basis of the agenda for the presentation/negotiation with each of the remaining Bidders. Clarification communications/meetings The aim of any clarification meeting or communication is for PfP to raise any aspects of the tender which are ambiguous or irregular with the relevant Bidder with an aim to clarify the information / position contained therein. Such clarifications should not have the result of substantially modifying its Tender Submission. Following its review of the Initial/Final Tender Submission or at any time during the procurement process, PfP will raise clarifications with each Bidder. In particular, PfP may raise clarifications: In writing, to the individual Bidders on the week commencing 1st June 2026. Presentations/Interviews The purpose of the presentation/interview is for PfP and selected Bidders to meet each other and for the Bidder to verbally describe its Tender Submissions and answer any additional questions posed by PfP which may or may not be scored (but if they are scored, full evaluation information will be set out in Section 5, along with pre-notification of the questions in Section 2 of this ITT). It also allows both parties a chance to raise questions about any aspect of the Project and clarify any points raised by PfP following its review of the written Tender Submissions. Following evaluation of the Initial Tender Submissions PfP will require the 3 top ranked Bidders for each Lot to attend formal presentations/interviews with the Evaluation Panel as the final stage of the evaluation process. The presentation/interview will cover specific questions on any issues that require clarification arising from the Tender Submission. Bidders acknowledge that the responses they give to the questions raised at the presentation/interview may result in the provisional scores previously allocated of the written Tender Submissions being moderated either up or down in accordance with the assessment methodology. In addition to clarification questions, the presentation/interview will also represent 10% of the final score and will include a list of standard questions that all Bidders will be asked. The specific questions will include but not be limited to the following areas: Capacity Reporting systems Sector Specific Expertise Added Value It is expected that the Bidder will be represented at the interview by the operational staff who will be involved in the performance of the Contract and a dim view will be taken if only a member of the Bidder's marketing or bid team attends. Exact details of the time/place and scope of the presentation/interview will be confirmed at least one week before the provisional dates of the interviews noted in Section 1."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-067f8e",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.02,
"monetaryValue": "award"
}
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UK"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"GG"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"IM"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"JE"
]
}
},
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"GI"
]
}
}
],
"buyerCategories": "This Framework is being procured by Places for People Group Limited and Procurement Hub for the benefit of itself and its Members. This Framework is available for use by public sector bodies (and their statutory successors) as defined in the Procurement Act 2023 and additionally listed online at: http://www.procurementhub.co.uk/eligibility-criteria/",
"description": "Framework prices will be fixed for a period of 12 months. Award of contracts will either be through the direct award procedure or a competitive award procedure."
}
},
"submissionMethodDetails": "https://www.delta-esourcing.com/delta/respondToList.html?accessCode=N584FT832E",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-29T23:59:59+01:00"
},
"enquiryPeriod": {
"endDate": "2026-05-22T23:59:59+01:00"
},
"awardPeriod": {
"endDate": "2026-06-22T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 960000000,
"amount": 800000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality and Technical Merit",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Presentation and Interview",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-07-13T00:00:00+01:00",
"endDate": "2032-07-12T23:59:59+01:00"
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "The decision to appoint a single strategic partner for the entire SAMS 2 scope is driven by the need for deeper relationship management, unparalleled market expertise, and the speed of appointment required to meet non-negotiable safety deadlines. In a traditional multi-lot framework, members are often required to conduct mini competitions for each specific service, which can lead to delays, fragmented data sets, and inconsistent quality across a portfolio. By consolidating these requirements into a single-supplier solution, Procurement Hub eliminates these procurement bottlenecks while fostering a partnership based on shared long-term objectives. The primary advantage of a single-supplier model is the ability to build a robust, multi-year relationship that transcends transactional engagement. A strategic partner becomes an extension of the Procurement Hub customer's own asset management team, gaining a profound understanding of their specific stock archetypes, historical maintenance challenges, and community demographics. This deep organisational knowledge ensures that every survey and assessment is contextualised within the provider's wider strategic goals, such as achieving carbon neutrality by 2050 or meeting the proactive inspection requirements of the Regulator of Social Housing (RSH). Furthermore, the single-supplier model mitigates the \"silo effect\" often found in asset management. When one company manages the fire risk assessments, another the stock condition surveys, and a third the energy efficiency studies, critical insights can be lost in the handovers. A unified partner can ensure that a fire risk assessment finding automatically triggers a review of the relevant stock condition data, or that energy efficiency archetyping informs the long-term investment plan for the same properties. The pace of regulatory change in the social housing sector requires a partner with deep, specialised expertise and the resources to remain at the forefront of legislative updates. By appointing a single, top-tier supplier, Procurement Hub ensures that its members have immediate access to a \"centre of excellence\". This partner is responsible for monitoring every nuance of the Social Housing (Regulation) Act 2023, the Building Safety Regulator's evolving guidance, and the transition to the New Decent Homes Standard. A single supplier with national scale possesses the data breadth to identify emerging trends in component failure or the real-world performance of new retrofit materials across thousands of properties. This \"expert market knowledge\" is invaluable to housing providers who may not have the internal capacity to conduct high-level research and development. The partner acts as a strategic advisor, helping boards navigate complex decisions, such as identifying archetypes where retrofitting to EPC C is neither feasible nor affordable and where disposal or regeneration may be the more sustainable option."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "032639-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/032639-2026",
"datePublished": "2026-04-10T09:14:48+01:00",
"format": "text/html"
}
]
},
"language": "en"
}