Notice Information
Notice Title
SCAH Client Brief, VM and Optioneering
Notice Description
Value Management and Optioneering. This will involve working with others to understand the increases in costs and where scope may have expanded. It is assumed that initial value management workshops arranged by will take place in the first half of June in order to identify potential cost levers for further investigation (e.g. scope, time, inflation etc.). Once the consultants have identified these levers, further optioneering exercises with the users will take place in July and August. Benefits and Requirements. This will provide stakeholders with visual clarity of the impact of their decisions on changes to scope/requirements on the benefits used to underpin HMT's investment decision. The basis of this can be done using existing data and knowledge from the SCAH Programme Team on the benefits approach to date, but will need to be validated and agreed with by senior users. We have assumed that two one-hour sessions will be required to do this. Deliverables include: a digital map of benefits on the right hand side, logic links to outcomes and requirements on the left hand side and % contribution of outcomes to benefits; and a report to summaries the findings, recommended quick wins and logical next steps and what these next steps will achieve for the SCAH Programme. The value management studies and optioneering of the RIBA 1 output is dependent upon the following: WSP continue to provide Technical Assurance and complete the URB update as required. Merrick is available to provide advice on impact of changes occurring from value management work to 950 and 951. (Awaiting proposal) Input from APHA and DgP to provide scientific and engineering user perspectives, anticipated to come through the Design Authority once established. Moreover, approval from the Design Authority of the optioneering of the RIBA 1 output. The completion of the value management studies and optioneering of the RIBA 1 output will be at risk if the above are not in place.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-30593eae-f36b-4c09-ab55-5b8658af9156
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/76cb6ca9-06cf-4544-8f2f-454592e007d5
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
98 - Other community, social and personal services
-
- CPV Codes
98112000 - Services furnished by professional organisations
Notice Value(s)
- Tender Value
- £354,108 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- £354,108 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Aug 20205 years ago
- Submission Deadline
- 27 May 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 26 May 20205 years ago
- Contract Period
- 31 May 2020 - 30 Oct 2020 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA NETWORK ETENDERING PORTAL
- 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
- SW1P 3JR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/76cb6ca9-06cf-4544-8f2f-454592e007d5
17th August 2020 - Awarded contract notice on Contracts Finder
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-b5fd17-30593eae-f36b-4c09-ab55-5b8658af9156-2020-08-17T11:07:12+01:00",
"date": "2020-08-17T11:07:12+01:00",
"ocid": "ocds-b5fd17-30593eae-f36b-4c09-ab55-5b8658af9156",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_241478/880193",
"title": "SCAH Client Brief, VM and Optioneering",
"description": "Value Management and Optioneering. This will involve working with others to understand the increases in costs and where scope may have expanded. It is assumed that initial value management workshops arranged by will take place in the first half of June in order to identify potential cost levers for further investigation (e.g. scope, time, inflation etc.). Once the consultants have identified these levers, further optioneering exercises with the users will take place in July and August. Benefits and Requirements. This will provide stakeholders with visual clarity of the impact of their decisions on changes to scope/requirements on the benefits used to underpin HMT's investment decision. The basis of this can be done using existing data and knowledge from the SCAH Programme Team on the benefits approach to date, but will need to be validated and agreed with by senior users. We have assumed that two one-hour sessions will be required to do this. Deliverables include: a digital map of benefits on the right hand side, logic links to outcomes and requirements on the left hand side and % contribution of outcomes to benefits; and a report to summaries the findings, recommended quick wins and logical next steps and what these next steps will achieve for the SCAH Programme. The value management studies and optioneering of the RIBA 1 output is dependent upon the following: WSP continue to provide Technical Assurance and complete the URB update as required. Merrick is available to provide advice on impact of changes occurring from value management work to 950 and 951. (Awaiting proposal) Input from APHA and DgP to provide scientific and engineering user perspectives, anticipated to come through the Design Authority once established. Moreover, approval from the Design Authority of the optioneering of the RIBA 1 output. The completion of the value management studies and optioneering of the RIBA 1 output will be at risk if the above are not in place.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "98112000",
"description": "Services furnished by professional organisations"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "KT15 3NB"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 354108,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2020-05-27T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2020-06-01T00:00:00+01:00",
"endDate": "2020-10-30T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-42714",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "17 Nobel House",
"locality": "London",
"postalCode": "SW1P 3JR",
"countryName": "England"
},
"contactPoint": {
"name": "Dawn Donaldson",
"email": "Dawn.Donaldson@defra.gov.uk",
"telephone": "00"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-149449",
"name": "Ove Arup & Partners",
"identifier": {
"legalName": "Ove Arup & Partners"
},
"address": {
"streetAddress": "13 Fitzroy Street, London, W1T 4BJ"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-42714",
"name": "Defra Network eTendering Portal"
},
"awards": [
{
"id": "ocds-b5fd17-30593eae-f36b-4c09-ab55-5b8658af9156-1",
"status": "active",
"date": "2020-05-27T00:00:00+01:00",
"datePublished": "2020-08-17T11:07:12+01:00",
"value": {
"amount": 354108,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-149449",
"name": "Ove Arup & Partners"
}
],
"contractPeriod": {
"startDate": "2020-06-01T00:00:00+01:00",
"endDate": "2020-10-30T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/76cb6ca9-06cf-4544-8f2f-454592e007d5",
"datePublished": "2020-08-17T11:07:12+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1ea5545c-36f1-4095-b295-5e242309f321",
"format": "application/pdf"
}
]
}
]
}