Buyer Name: THE GUINNESS PARTNERSHIP LIMITED
Buyer Address: 7th Floor, 350 Euston Road, London, UKI31, NW1 3AX, United Kingdom
Contact Email: procurement@guinness.org.uk
Buyer Name: THE GUINNESS PARTNERSHIP LIMITED
Buyer Address: 7th Floor, 350 Euston Road, London, UKI31, NW1 3AX, United Kingdom
Contact Email: procurement@guinness.org.uk
The Guinness Partnership (TGP) is seeking to establish a multidisciplinary framework to deliver a range of development consultancy services across its nationwide portfolio. The framework will support the delivery of new build affordable housing, building safety, and planned maintenance projects, and will cover the following service areas: Employer's Agent - including contract administration, project management, and procurement advice. Cost Consultancy - full financial management of projects, including budgeting, tender review, and value engineering. CDM Advisor and Principal Designer - ensuring compliance with Construction Design and Management Regulations and promoting health and safety throughout the lifecycle of the works. These services will be required across England, with a focus on key regions such as Greater Manchester, London and the South-East, Bristol, Gloucester and Exeter, Yorkshire and Derbyshire. Flexibility and strong regional coverage are essential due to TGP's dispersed housing stock.
No linked documents found for this notice.
External Link: https://supplierlive.proactisp2p.com/Account/Login
External Link: https://www.find-tender.service.gov.uk/Notice/031376-2025
Link Description: Tender notice on Find a Tender
Lot Title: Employer's Agent and Cost Consultancy (North Region)
Lot Description: This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer's Agent services, offering clients a single, coordinated approach to project delivery and financial management for the North Region of England. Employer's Agent Service Objectives: Deliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches. Oversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer's requirements. Where required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle. Facilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes. Explore and implement opportunities to integrate cost consultancy within the Employer's Agent role for comprehensive project support. Cost Consultancy Service Objectives: Manage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules. Ensure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value. Advise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints. Lead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives. Guinness intends to appoint 5 suppliers to this lot, although may appoint up to a maximum of 7 suppliers where final tender scores are significantly close. An objective methodology for this selection approach will be included within the ITT.
Lot 1 Status: active
Lot 1 Value: GBP 9,530,000
Lot 1 Value (Gross): GBP 11,440,000
Lot 1 Contract Start: 2025-11-01T00:00:00Z
Lot 1 Contract End: 2028-10-31T23:59:59Z
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Quality (70%)
Lot 1 Award Criterion (cost): Cost (30%)
Lot Title: Employer's Agent and Cost Consultancy (South-East Region)
Lot Description: This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer's Agent services, offering clients a single, coordinated approach to project delivery and financial management for the South-East Region of England. Employer's Agent Service Objectives: Deliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches. Oversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer's requirements. Where required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle. Facilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes. Explore and implement opportunities to integrate cost consultancy within the Employer's Agent role for comprehensive project support. Cost Consultancy Service Objectives: Manage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules. Ensure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value. Advise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints. Lead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives. Guinness intends to appoint 5 suppliers to this lot, although may appoint up to a maximum of 7 suppliers where final tender scores are significantly close. An objective methodology for this selection approach will be included within the ITT.
Lot 2 Status: active
Lot 2 Value: GBP 9,530,000
Lot 2 Value (Gross): GBP 11,440,000
Lot 2 Contract Start: 2025-11-01T00:00:00Z
Lot 2 Contract End: 2028-10-31T23:59:59Z
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality (70%)
Lot 2 Award Criterion (cost): Cost (30%)
Lot Title: Employer's Agent and Cost Consultancy (South-West Region)
Lot Description: This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer's Agent services, offering clients a single, coordinated approach to project delivery and financial management for the South-West Region of England. Employer's Agent Service Objectives: Deliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches. Oversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer's requirements. Where required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle. Facilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes. Explore and implement opportunities to integrate cost consultancy within the Employer's Agent role for comprehensive project support. Cost Consultancy Service Objectives: Manage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules. Ensure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value. Advise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints. Lead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives.
Lot 3 Status: active
Lot 3 Value: GBP 8,670,000
Lot 3 Value (Gross): GBP 10,400,000
Lot 3 Contract Start: 2025-11-01T00:00:00Z
Lot 3 Contract End: 2028-10-31T23:59:59Z
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Quality (70%)
Lot 3 Award Criterion (cost): Cost (30%)
Lot Title: CDM Advisor and Principal Designer (National Coverage)
Lot Description: This lot seeks providers with the integrated capability to deliver both CDM Advisor and Principal Designer services, ensuring comprehensive support for health and safety compliance and risk management throughout all project stages, in line with the Construction (Design and Management) Regulations 2015 on a National basis in England.
Lot 4 Status: active
Lot 4 Value: GBP 10,400,000
Lot 4 Value (Gross): GBP 12,480,000
Lot 4 Contract Start: 2025-11-01T00:00:00Z
Lot 4 Contract End: 2028-10-31T23:59:59Z
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Quality (70%)
Lot 4 Award Criterion (cost): Cost (30%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED"
},
"date": "2025-06-10T18:19:23+01:00",
"id": "031376-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-050d49",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PBNQ-4523-TMYT",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "NW1 3AX",
"region": "UKI31",
"streetAddress": "7th Floor, 350 Euston Road"
},
"contactPoint": {
"email": "procurement@guinness.org.uk"
},
"details": {
"classifications": [
{
"description": "Public undertaking",
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.guinness.org.uk"
},
"id": "GB-COH-IP031693",
"identifier": {
"id": "IP031693",
"scheme": "GB-COH"
},
"name": "THE GUINNESS PARTNERSHIP LIMITED",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "Not Applicable - A previous Preliminary Engagement Notice (UK2) Procurement identifier (OCID): ocds-h6vhtk-04e95b (2025/S 000-007848) was issued and linked to a tender notice (2025/S 000-018890). However, the tender notice was cancelled via a Notice to Terminate Procurement (2025/S 000-018949) due to an administrative error in the notice.\nThis issue has been corrected, and a new tender notice was issued under 2025/S 000-019160.\nAs the original tender notice was cancelled, it is not possible to link the prior Preliminary Engagement Notice to the new Tender Notice. This notice issued is for the same competition as referred to under previous notices, and should be considered as linking to, and being for the same competition as, the above Preliminary Engagement Notice and Tender Notice, however replaces any previously issued information within those notices for the same competition (2025/S 000-018890, 2025/S 000-007848)."
},
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "This amendment to the original notice does not fundamentally alter the proposed aims or aspirations of the procurement, or its conduct in any way, however clarifies a number of aspects relating to the conduct of the procedure which may not have been clear to bidders in the original publication. This information has been available throughout within the published PSQ documentation.",
"id": "031376-2025"
}
],
"awardPeriod": {
"endDate": "2025-10-31T23:59:59Z"
},
"coveredBy": [
"GPA"
],
"description": "The Guinness Partnership (TGP) is seeking to establish a multidisciplinary framework to deliver a range of development consultancy services across its nationwide portfolio. The framework will support the delivery of new build affordable housing, building safety, and planned maintenance projects, and will cover the following service areas:\nEmployer\u0027s Agent - including contract administration, project management, and procurement advice.\nCost Consultancy - full financial management of projects, including budgeting, tender review, and value engineering.\nCDM Advisor and Principal Designer - ensuring compliance with Construction Design and Management Regulations and promoting health and safety throughout the lifecycle of the works.\nThese services will be required across England, with a focus on key regions such as Greater Manchester, London and the South-East, Bristol, Gloucester and Exeter, Yorkshire and Derbyshire. Flexibility and strong regional coverage are essential due to TGP\u0027s dispersed housing stock.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://supplierlive.proactisp2p.com/Account/Login"
},
{
"datePublished": "2025-06-10T18:19:23+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "031376-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/031376-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-06-25T13:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-07-08T17:00:00+01:00",
"id": "PRJ1000019",
"items": [
{
"additionalClassifications": [
{
"description": "Building-fabric consultancy services",
"id": "71315100",
"scheme": "CPV"
},
{
"description": "Building consultancy services",
"id": "71315200",
"scheme": "CPV"
},
{
"description": "Building services consultancy services",
"id": "71315210",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Development consultancy services",
"id": "73220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Building-fabric consultancy services",
"id": "71315100",
"scheme": "CPV"
},
{
"description": "Building consultancy services",
"id": "71315200",
"scheme": "CPV"
},
{
"description": "Building services consultancy services",
"id": "71315210",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Development consultancy services",
"id": "73220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Building-fabric consultancy services",
"id": "71315100",
"scheme": "CPV"
},
{
"description": "Building consultancy services",
"id": "71315200",
"scheme": "CPV"
},
{
"description": "Building services consultancy services",
"id": "71315210",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Development consultancy services",
"id": "73220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Building-fabric consultancy services",
"id": "71315100",
"scheme": "CPV"
},
{
"description": "Building consultancy services",
"id": "71315200",
"scheme": "CPV"
},
{
"description": "Building services consultancy services",
"id": "71315210",
"scheme": "CPV"
},
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Development consultancy services",
"id": "73220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "A selection of quality criteria relating to the subject matter of the contract will be assessed. The exact headlines, questions and weightings are still being formulated, however are expected to include assessment of the following:\n - bidder\u0027s technical proposals and proposed methodology for delivering services under the framework,\n - proposed resources to be available through the framework, including the proposed framework management team, delivery resources and exploration of qualifications for proposed staff\n - the quality evaluation may include evaluation of the bidder\u0027s proposed approaches to lot-specific considerations relating to the services delivered, to assess and understand the bidder\u0027s depth of knowledge and proposed approach to key challenges that are likely to be experienced during service delivery\n - proposals for added value, social value and environmental considerations\nThese criteria are still to be fully refined, as are their individual sub-weightings, and are subject to change. The process may include for a clarification or scored interview process - the exact approach will be confirmed in the ITT documents.",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "It is likely that proposed costs and fees will be assessed on the basis of a sliding scale of fees, which will be charged as a % of total expected project value, based on a sliding scale of different value bands. This would be, for e.g. % fees charged for the following project band values:\n - up to \u00a3500,000\n - \u00a31,000,000\n - \u00a32,500,000\n - \u00a35,000,000\n - \u00a310,000,000\n - \u00a320,000,000\n - \u00a335,000,000\n - \u00a350,000,000\n - \u00a3100,000,000 and above \nBidders are also likely to be asked to provide day rates for staff of different levels of skill and seniority (i.e. senior partner through administrator).\nThese criteria are still to be fully refined, as are weightings, and are subject to change.",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-10-31T23:59:59Z",
"maxExtentDate": "2033-10-31T23:59:59Z",
"startDate": "2025-11-01T00:00:00Z"
},
"description": "This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer\u0027s Agent services, offering clients a single, coordinated approach to project delivery and financial management for the North Region of England.\nEmployer\u0027s Agent Service Objectives:\nDeliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches.\nOversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer\u0027s requirements.\nWhere required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle.\nFacilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes.\nExplore and implement opportunities to integrate cost consultancy within the Employer\u0027s Agent role for comprehensive project support.\nCost Consultancy Service Objectives:\nManage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules.\nEnsure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value.\nAdvise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints.\nLead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives.\nGuinness intends to appoint 5 suppliers to this lot, although may appoint up to a maximum of 7 suppliers where final tender scores are significantly close. An objective methodology for this selection approach will be included within the ITT.",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "In accordance with the terms of the Procurement Act, open frameworks must be reopened for further competition no later than the end of their maximum three-year initial term. As such it is Guinness\u0027 intention to reopen the framework for competition no later than the end of year 3 of the framework.\nThe length of the subsequent framework is permitted under the Procurement Act to be for a maximum of 5 years, so is envisaged to run for this period of time, although may at Guinness\u0027 discretion be reopened at an earlier stage.\nThe total maximum term of the open framework may not exceed 8 years in total and therefore will be capped at this length. Call-offs may be awarded that expire after any of the above-stated framework end dates, provided these are within reason and in accordance with any limitations set out within the Procurement Act 2023 or other relevant legislation."
},
"secondStage": {
"maximumCandidates": 15,
"minimumCandidates": 12
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ document.",
"type": "economic"
},
{
"description": "Refer to PSQ document.",
"type": "technical"
},
{
"description": "Refer to PSQ",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Employer\u0027s Agent and Cost Consultancy (North Region)",
"value": {
"amount": 9530000,
"amountGross": 11440000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "A selection of quality criteria relating to the subject matter of the contract will be assessed. The exact headlines, questions and weightings are still being formulated, however are expected to include assessment of the following:\n - bidder\u0027s technical proposals and proposed methodology for delivering services under the framework,\n - proposed resources to be available through the framework, including the proposed framework management team, delivery resources and exploration of qualifications for proposed staff\n - the quality evaluation may include evaluation of the bidder\u0027s proposed approaches to lot-specific considerations relating to the services delivered, to assess and understand the bidder\u0027s depth of knowledge and proposed approach to key challenges that are likely to be experienced during service delivery\n - proposals for added value, social value and environmental considerations\nThese criteria are still to be fully refined, as are their individual sub-weightings, and are subject to change. The process may include for a clarification or scored interview process - the exact approach will be confirmed in the ITT documents.",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "It is likely that proposed costs and fees will be assessed on the basis of a sliding scale of fees, which will be charged as a % of total expected project value, based on a sliding scale of different value bands. This would be, for e.g. % fees charged for the following project band values:\n - up to \u00a3500,000\n - \u00a31,000,000\n - \u00a32,500,000\n - \u00a35,000,000\n - \u00a310,000,000\n - \u00a320,000,000\n - \u00a335,000,000\n - \u00a350,000,000\n - \u00a3100,000,000 and above \nBidders are also likely to be asked to provide day rates for staff of different levels of skill and seniority (i.e. senior partner through administrator).\nThese criteria are still to be fully refined, as are weightings, and are subject to change.",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-10-31T23:59:59Z",
"maxExtentDate": "2033-10-31T23:59:59Z",
"startDate": "2025-11-01T00:00:00Z"
},
"description": "This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer\u0027s Agent services, offering clients a single, coordinated approach to project delivery and financial management for the South-East Region of England.\nEmployer\u0027s Agent Service Objectives:\nDeliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches.\nOversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer\u0027s requirements.\nWhere required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle.\nFacilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes.\nExplore and implement opportunities to integrate cost consultancy within the Employer\u0027s Agent role for comprehensive project support.\nCost Consultancy Service Objectives:\nManage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules.\nEnsure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value.\nAdvise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints.\nLead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives.\nGuinness intends to appoint 5 suppliers to this lot, although may appoint up to a maximum of 7 suppliers where final tender scores are significantly close. An objective methodology for this selection approach will be included within the ITT.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "In accordance with the terms of the Procurement Act, open frameworks must be reopened for further competition no later than the end of their maximum three-year initial term. As such it is Guinness\u0027 intention to reopen the framework for competition no later than the end of year 3 of the framework.\nThe length of the subsequent framework is permitted under the Procurement Act to be for a maximum of 5 years, so is envisaged to run for this period of time, although may at Guinness\u0027 discretion be reopened at an earlier stage.\nThe total maximum term of the open framework may not exceed 8 years in total and therefore will be capped at this length. Call-offs may be awarded that expire after any of the above-stated framework end dates, provided these are within reason and in accordance with any limitations set out within the Procurement Act 2023 or other relevant legislation."
},
"secondStage": {
"maximumCandidates": 15,
"minimumCandidates": 12
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ document.",
"type": "economic"
},
{
"description": "Refer to PSQ document.",
"type": "technical"
},
{
"description": "Refer to PSQ",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Employer\u0027s Agent and Cost Consultancy (South-East Region)",
"value": {
"amount": 9530000,
"amountGross": 11440000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "A selection of quality criteria relating to the subject matter of the contract will be assessed. The exact headlines, questions and weightings are still being formulated, however are expected to include assessment of the following:\n - bidder\u0027s technical proposals and proposed methodology for delivering services under the framework,\n - proposed resources to be available through the framework, including the proposed framework management team, delivery resources and exploration of qualifications for proposed staff\n - the quality evaluation may include evaluation of the bidder\u0027s proposed approaches to lot-specific considerations relating to the services delivered, to assess and understand the bidder\u0027s depth of knowledge and proposed approach to key challenges that are likely to be experienced during service delivery\n - proposals for added value, social value and environmental considerations\nThese criteria are still to be fully refined, as are their individual sub-weightings, and are subject to change. The process may include for a clarification or scored interview process - the exact approach will be confirmed in the ITT documents.",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "It is likely that proposed costs and fees will be assessed on the basis of a sliding scale of fees, which will be charged as a % of total expected project value, based on a sliding scale of different value bands. This would be, for e.g. % fees charged for the following project band values:\n - up to \u00a3500,000\n - \u00a31,000,000\n - \u00a32,500,000\n - \u00a35,000,000\n - \u00a310,000,000\n - \u00a320,000,000\n - \u00a335,000,000\n - \u00a350,000,000\n - \u00a3100,000,000 and above \nBidders are also likely to be asked to provide day rates for staff of different levels of skill and seniority (i.e. senior partner through administrator).\nThese criteria are still to be fully refined, as are weightings, and are subject to change.",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-10-31T23:59:59Z",
"maxExtentDate": "2033-10-31T23:59:59Z",
"startDate": "2025-11-01T00:00:00Z"
},
"description": "This lot is designed to secure suppliers with the combined capability to deliver both Cost Consultancy and Employer\u0027s Agent services, offering clients a single, coordinated approach to project delivery and financial management for the South-West Region of England.\nEmployer\u0027s Agent Service Objectives:\nDeliver end-to-end contract administration, project management, and consultancy services to support the successful delivery of construction projects, including advising on procurement strategies and tendering approaches.\nOversee all project phases from inception to completion, ensuring strict compliance with contractual obligations, regulatory standards, and the Employer\u0027s requirements.\nWhere required, provide integrated cost consultancy to maintain robust financial oversight and ensure value for money throughout the project lifecycle.\nFacilitate proactive coordination among all stakeholders to uphold quality, control costs, meet programme targets, and effectively manage risks and project changes.\nExplore and implement opportunities to integrate cost consultancy within the Employer\u0027s Agent role for comprehensive project support.\nCost Consultancy Service Objectives:\nManage all financial aspects of the project, including the preparation of cost plans, cashflow forecasts, and payment schedules.\nEnsure accuracy and consistency in project documentation, review tenders for discrepancies, and negotiate with contractors to secure best value.\nAdvise on design, life-cycle, and operational costs, monitor budgets, and ensure adherence to financial constraints.\nLead value management initiatives, provide commercial contract advice, participate in progress meetings, and oversee financial reporting to ensure projects are delivered within budget and aligned with financial objectives.",
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "In accordance with the terms of the Procurement Act, open frameworks must be reopened for further competition no later than the end of their maximum three-year initial term. As such it is Guinness\u0027 intention to reopen the framework for competition no later than the end of year 3 of the framework.\nThe length of the subsequent framework is permitted under the Procurement Act to be for a maximum of 5 years, so is envisaged to run for this period of time, although may at Guinness\u0027 discretion be reopened at an earlier stage.\nThe total maximum term of the open framework may not exceed 8 years in total and therefore will be capped at this length. Call-offs may be awarded that expire after any of the above-stated framework end dates, provided these are within reason and in accordance with any limitations set out within the Procurement Act 2023 or other relevant legislation."
},
"secondStage": {
"maximumCandidates": 15,
"minimumCandidates": 12
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ document.",
"type": "economic"
},
{
"description": "Refer to PSQ document.",
"type": "technical"
},
{
"description": "Refer to PSQ",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Employer\u0027s Agent and Cost Consultancy (South-West Region)",
"value": {
"amount": 8670000,
"amountGross": 10400000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "A selection of quality criteria relating to the subject matter of the contract will be assessed. The exact headlines, questions and weightings are still being formulated, however are expected to include assessment of the following:\n - bidder\u0027s technical proposals and proposed methodology for delivering services under the framework,\n - proposed resources to be available through the framework, including the proposed framework management team, delivery resources and exploration of qualifications for proposed staff\n - the quality evaluation may include evaluation of the bidder\u0027s proposed approaches to lot-specific considerations relating to the services delivered, to assess and understand the bidder\u0027s depth of knowledge and proposed approach to key challenges that are likely to be experienced during service delivery\n - proposals for added value, social value and environmental considerations\nThese criteria are still to be fully refined, as are their individual sub-weightings, and are subject to change. The process may include for a clarification or scored interview process - the exact approach will be confirmed in the ITT documents.",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "It is likely that proposed costs and fees will be assessed on the basis of a sliding scale of fees, which will be charged as a % of total expected project value, based on a sliding scale of different value bands. This would be, for e.g. % fees charged for the following project band values:\n - up to \u00a3500,000\n - \u00a31,000,000\n - \u00a32,500,000\n - \u00a35,000,000\n - \u00a310,000,000\n - \u00a320,000,000\n - \u00a335,000,000\n - \u00a350,000,000\n - \u00a3100,000,000 and above\nBidders are also likely to be asked to provide day rates for staff of different levels of skill and seniority (i.e. senior partner through administrator).\nThese criteria are still to be fully refined, as are weightings, and are subject to change.",
"name": "Cost",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-10-31T23:59:59Z",
"maxExtentDate": "2033-10-31T23:59:59Z",
"startDate": "2025-11-01T00:00:00Z"
},
"description": "This lot seeks providers with the integrated capability to deliver both CDM Advisor and Principal Designer services, ensuring comprehensive support for health and safety compliance and risk management throughout all project stages, in line with the Construction (Design and Management) Regulations 2015 on a National basis in England.",
"hasRenewal": true,
"id": "4",
"renewal": {
"description": "In accordance with the terms of the Procurement Act, open frameworks must be reopened for further competition no later than the end of their maximum three-year initial term. As such it is Guinness\u0027 intention to reopen the framework for competition no later than the end of year 3 of the framework.\nThe length of the subsequent framework is permitted under the Procurement Act to be for a maximum of 5 years, so is envisaged to run for this period of time, although may at Guinness\u0027 discretion be reopened at an earlier stage.\nThe total maximum term of the open framework may not exceed 8 years in total and therefore will be capped at this length. Call-offs may be awarded that expire after any of the above-stated framework end dates, provided these are within reason and in accordance with any limitations set out within the Procurement Act 2023 or other relevant legislation."
},
"secondStage": {
"maximumCandidates": 15,
"minimumCandidates": 12
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ document.",
"type": "economic"
},
{
"description": "Refer to PSQ document.",
"type": "technical"
},
{
"description": "Refer to PSQ",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "CDM Advisor and Principal Designer (National Coverage)",
"value": {
"amount": 10400000,
"amountGross": 12480000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"description": "Guinness intends to extend access to the framework to other Contracting Authorities, and an access fee will be charged when these third parties access the framework.\nIn accordance with the new rules under Procurement Act 2023, fees may only be recovered as a percentage charge of the contract award value from framework suppliers, and may therefore not be charged directly to those Contracting Authorities in exchange for access.\nA framework fee will therefore be charged directly to suppliers that have been awarded a call-off contract. The sum due will be calculated as a fixed percentage (2.5 percent) of the estimated value of the call-off contract(s) awarded to the supplier, and subsequently updated to reflect actual turnover.\nThese fees will therefore need to be incorporated into each supplier\u0027s framework rate submission (should they be invited to submit a tender in the second stage of competition).\nPlease note that no access fee will be payable when Guinness itself makes use of the framework.\nFee collection:\nIt is currently envisaged that these fees will be calculated and charged to framework suppliers on a quarterly basis, based on a quarterly self-declaration to be provided by the framework supplier. This will form a condition of the framework contract with the supplier. Framework turnover will then also be reconciled periodically (envisaged as annually) back to contracting authority spend, to ensure that the correct fees have been collected.",
"id": "ocds-h6vhtk-050d49",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.025
},
"type": [
"win"
]
}
],
"procedure": {
"features": "This tender process will consist of two stages:\nStage 1 - Procurement Specific Questionnaire (PSQ) - This current stage of the process will provide a means of shortlisting suppliers to be invited to submit a formal tender, and for establishing that all Participants invited to tender are able to meet the specified conditions of participation (minimum standards required by Guinness).\nThe PSQ will be evaluated on the basis of a series of questions relating to the conditions of participation, which will be evaluated on a pass or fail questions (Guinness reserves the right to review that bidders continue to meet these conditions throughout the duration of the process), and a series of shortlisting questions (project specific questions) with individual weightings, which will be scored out of a total of 100 percent. Please note that there is a minimum score award required of 2 out of 5 for each and every scored PSQ question - bidders failing to achieve this will also fail the assessment process.\nBidders must meet all specified conditions of participation to be able to take part in the process. The scored project specific questions will be used to determine which bidders will be invited to submit a tender in the second stage.\nGuinness proposes to shortlist 12 participants per lot, but may allow up to a maximum of 15 where scores are sufficiently close - see PSQ document for detail.\nThe evaluation methodology for the shortlisting stage is set out in the PSQ documents attached to the opportunity on Proactis.\nStage 2 - Invitation to Tender (ITT): Shortlisted Participants will be invited to submit a tender. The process will be a single-stage tender requiring a price and quality submission in a format specified by Guinness. ITT documents will be provided to shortlisting bidders at the commencement of the tender period. \nTenders will be scored on the basis of 70 percent quality, 30 percent price. Both the pricing and quality evaluation matrices are still in the process of being refined, and the detailed evaluation methodology will be set out in the ITT when published. Some of the currently envisaged evaluation criteria are included within the \u0027Lot\u0027 Award Criteria - please note that these are not firm and fixed and are subject to change.\nGuinness intends to appoint 5 suppliers per lot (provided that sufficient acceptable tenders are received) up to a maximum of 7 suppliers per lot in the event that scores are sufficiently close.\nThe objective methodology for determining this will be included within the ITT when issued."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "There is a possibility that external factors could lead to a substantial increase (or decrease) in Guinness\u0027 Development Programme, Planned Maintenance Programme, Building Safety Programme, or other related programmes of work, which could significantly affect the levels of workload which will be procured through the framework.\nExternal factors could also impact upon the scope and associate cost of requirements, due to the introduction of new legislation or regulation.\nExternal factors could include, for e.g. significant changes in government funding, housing development policy, asset management legislation, or the introduction of general new policy or regulation affecting the housing sector its financing, or housing maintenance.\nSignificant shifts in the economy impacting the prices of land, the cost of labour or materials, could lead to significant changes in the costs of work, the amount of work being carried out, or a significant increase or decrease in the volume of construction work carried out by Guinness.\nFinally, there there is the ever-present possibility of further mergers between Guinness and other housing organisations, which could substantially alter the requirements under the framework. Whilst there are not currently any such major projects known to the Procurement Team, this is extremely common within our sector (for e.g. Guinness has recently completed a merger with another HA, Shepherd\u0027s Bush HA), so this is not outside of the realms of possibility.",
"status": "active",
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "This Framework has been designed not only to meet the ongoing consultancy needs of The Guinness Partnership Limited (TGPL), but also to support wider sector collaboration. In addition to use by TGPL, the Framework will be made available to Authorised Users, which may include:\n- Any entity within the same group of companies as TGPL (\u0027Guinness Group Members\u0027),\n- Any entity in which TGPL or a Guinness Group Member holds an interest from time to time,\n- Any Social Housing Provider in the United Kingdom (excluding TGPL and Guinness Group Members), and\n- Any other \u0027Contracting Authority\u0027 as defined under the Public Contracts Regulations 2015 or the Procurement Act 2023.s ]\nPlease refer to the PSQ Guidance document for further detail (the full scope cannot be included in this notice due to a limitation on the no. of words / characters which can be included).",
"description": "Please refer to the PSQ document in Proactis - https://supplierlive.proactisp2p.com/Account/Login\nThe framework will include both a suite of direct award mechanisms and a mechanism for further competitions to be carried out.\nDirect award mechanisms will include the standard award to the top-ranked supplier (or other subsequent-ranked suppliers if the provider declines the opportunity), as well as a facility for an adjusted ranking system based on in-life factors such as existing workload distribution and performance.\nThe framework will also allow direct awards to any supplier on the framework, regardless of rank, in the following circumstances:\n - where the Framework Supplier has already carried out services at risk for Guinness or the Authorised User in relation to the project to which the Call Off Contract relates,\n - where the Call Off Contract has substantial similarities to a previous project in which the Framework Supplier was involved (whether such project was the subject of a Call Off Contract awarded under this Framework Agreement or not)\n - where for reasons of urgency it is not reasonably practicable to award the Call Off Contract by way of a Mini-Competition,\n - where Guinness or the Authorised User has determined through application of the Capability Criteria that only that Framework Supplier is capable of carrying out the Call Off Contract\n - where Guinness or the Authorised User has determined that a Framework Supplier has unique insight and understanding of the project to which the Call Off Contracts relates and/or the project\u0027s key stakeholders,\n - where the Framework Supplier has already performed services relating to the Call Off Contract and Guinness or the Authorised User requires continuity of service in respect of such a subsequent phase or stage of work,\n - where Guinness or the Authorised User has invited expressions of interest from Framework Suppliers in relation to an intended Mini-Competition for a Call Off Contract, and only one Framework Supplier has responded to express their interest within the requisite timescale set by Guinness or the Authorised User,\n - where the estimated value of the Services to be carried out under the Call Off Contract is less than the amount below which direct awards are permitted by Guinness\u0027s or the Authorised User\u0027s standing orders from time to time,\n - where for reasons of confidentiality or commercial sensitivity it is not reasonably practicable to award the Call Off Contract by way of a Mini-Competition,\n - where Guinness or the Authorised User is bound to work with a particular Framework Supplier by reason of any funding condition, or other contractual requirement imposed by another party.",
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"openFrameworkSchemeEndDate": "2033-10-31T23:59:59Z",
"type": "open"
},
"hasFrameworkAgreement": true
},
"title": "Development Consultancy Framework for the Provision of Employers Agent, Cost Consultancy, CDM Advisor, and Principal Designer Services",
"value": {
"amount": 38130000,
"amountGross": 45760000,
"currency": "GBP"
}
}
}