Award

Pre Construction H&S Consultant

BRITTEN PEARS ARTS

This public procurement record has 7 releases in its history.

Award

14 Jun 2024 at 08:52

TenderAmendment

25 Jan 2024 at 20:24

TenderAmendment

24 Jan 2024 at 14:39

TenderAmendment

19 Jan 2024 at 13:06

TenderAmendment

09 Jan 2024 at 18:39

TenderAmendment

09 Jan 2024 at 13:24

Tender

08 Jan 2024 at 17:35

Summary of the contracting process

The public procurement process for the Pre Construction Health & Safety Consultant services is currently at the "active" stage. Britten Pears Arts is the buying organisation based in Saxmundham, England. The procurement involves Health and safety consultancy services in the CPV category. The tender has a value of £7,645,000 in GBP with a tender period closing on 12th February 2024.

This tender presents an opportunity for businesses in the services industry, especially those specialised in Health and safety consultancy services. Britten Pears Arts has emphasised its preference for SMEs, indicating that small and medium-sized enterprises are well-suited to compete for this opportunity. The procurement method is an open procedure, offering a level playing field for qualified businesses to participate and potentially secure a contract worth £7,645,000.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Pre Construction H&S Consultant

Notice Description

Pre-Construction Health & Safety Consultant services for workstreams CH1, CH2, CH3, BP1, FLD1, FLD2, HR1, HR2, HR3, AC1, AC2, AC3, AC4, AD1, AD2 all as described in the Invitation to Tender. To include Principal Designer role also. Additional information: Tender Clarification Number 4 An issued has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page, so if the old version is filled in, the values still carry over to the page, but the last phase is not included in the totals. To deal with this an updated schedule has been included as an additional document above or alternatively a manual adjustment to the formula to correct can be made Tender Clarification Number 3 - Updated ITT (section 2.4.1) and scope of services in link above to reflect the role / requirements included in the Building Safety Regulations 2023. Tender Clarification Number 2 Q1. We have reviewed the documents and note that the notice is separated out into four individual projects each under PS2.5M construction cost, and that the notice states it is suitable for SMEs. We further note that insurance levels are set at PS10M for Professional Indemnity and Public Liability, and that you have set a question asking if we would be prepared to obtain cover to these levels if our bid is successful. Can you please advise if we would be excluded from the opportunity by answering 'No' to the uplift to our insurance levels? A1. The Works are not separated into four individual projects they are only set out like this in the pricing schedule to help us allocate for differing funding streams. The works are broken down into 15 workstreams and whilst the appointment will be for all workstreams they will be progressed and possibly contracted separately and will be signed off at each RIBA stage subject to funding availability, planning and listed building consent. The PS10M requirement is a pre requisite for appointment so PS10M cover is required. Tender Clarification Number 1 following Tender query. Q1. Could we please have the ITT document in Word format? A1. We are not providing any of the documents in alternative format. The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4c6467da-a962-4ad6-915e-0c7c64e482a3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/129edaee-4338-4746-bf38-4969581d5a36
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71317210 - Health and safety consultancy services

Notice Value(s)

Tender Value
£7,645,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jun 20241 years ago
Submission Deadline
12 Feb 2024Expired
Future Notice Date
Not specified
Award Date
22 Apr 20241 years ago
Contract Period
31 Mar 2024 - 30 May 2026 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BRITTEN PEARS ARTS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SAXMUNDHAM
Postcode
IP17 1SP
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH63 East Suffolk
Delivery Location
Not specified

Local Authority
East Suffolk
Electoral Ward
Rendlesham & Orford
Westminster Constituency
Suffolk Coastal

Supplier Information

Number of Suppliers
1
Supplier Name

DE MATOS RYAN

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-4c6467da-a962-4ad6-915e-0c7c64e482a3-2024-06-14T09:52:43+01:00",
    "date": "2024-06-14T09:52:43+01:00",
    "ocid": "ocds-b5fd17-4c6467da-a962-4ad6-915e-0c7c64e482a3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "Pre Construction H&S Consultant",
        "title": "Pre Construction H&S Consultant",
        "description": "Pre-Construction Health & Safety Consultant services for workstreams CH1, CH2, CH3, BP1, FLD1, FLD2, HR1, HR2, HR3, AC1, AC2, AC3, AC4, AD1, AD2 all as described in the Invitation to Tender. To include Principal Designer role also. Additional information: Tender Clarification Number 4 An issued has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page, so if the old version is filled in, the values still carry over to the page, but the last phase is not included in the totals. To deal with this an updated schedule has been included as an additional document above or alternatively a manual adjustment to the formula to correct can be made Tender Clarification Number 3 - Updated ITT (section 2.4.1) and scope of services in link above to reflect the role / requirements included in the Building Safety Regulations 2023. Tender Clarification Number 2 Q1. We have reviewed the documents and note that the notice is separated out into four individual projects each under PS2.5M construction cost, and that the notice states it is suitable for SMEs. We further note that insurance levels are set at PS10M for Professional Indemnity and Public Liability, and that you have set a question asking if we would be prepared to obtain cover to these levels if our bid is successful. Can you please advise if we would be excluded from the opportunity by answering 'No' to the uplift to our insurance levels? A1. The Works are not separated into four individual projects they are only set out like this in the pricing schedule to help us allocate for differing funding streams. The works are broken down into 15 workstreams and whilst the appointment will be for all workstreams they will be progressed and possibly contracted separately and will be signed off at each RIBA stage subject to funding availability, planning and listed building consent. The PS10M requirement is a pre requisite for appointment so PS10M cover is required. Tender Clarification Number 1 following Tender query. Q1. Could we please have the ITT document in Word format? A1. We are not providing any of the documents in alternative format. The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.",
        "datePublished": "2024-01-08T17:35:07Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71317210",
            "description": "Health and safety consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    },
                    {
                        "postalCode": "IP17 1SP"
                    }
                ]
            }
        ],
        "value": {
            "amount": 7645000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-02-12T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-04-01T00:00:00+01:00",
            "endDate": "2026-05-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bbb4236d-d6ea-4610-849f-5fa1e7da61c6",
                "datePublished": "2024-01-08T17:35:07Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2024-01-25T20:24:10Z"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender and Appendix H Pricing Schedule",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4392f64b-bd08-41b9-8007-f285f50494a5",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8e66c18b-ed18-4385-8672-8ede9432551f",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "description": "Box link included for submission of Tenders. This link is to be used for tender submissions and is timed to close in line with the closing date published (12th February 17:00). Note Tenders are not to be sent via BPA website or direct to any BPA email addresses.",
                "url": "https://app.box.com/f/9f924d10d99a48a8a59aa14ebc0b4fc9"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "Tender Clarification Number 3 Q1.Principal Designer role. Please confirm if this is CDM Principal Designer (CDM PD) and / or Building Safety Act Principal Designer (BSA PD). This should be clarified to reflect current regulations. The BSA PD should have Primary Responsibility for co-ordinating the Building Regulations Application, not the Architect / Lead Designer A1. The new Building Safety Regulations (BSA) which came into force on 1st October 2023 introduces new requirements for higher risk buildings. Whilst the works being undertaken as part of the Capital Programme do not come under the class of \"higher risk buildings\" the PD / CDM role being procured will have to comply with these regulations which do include a need for review and coordination of the Building Regulations Application. Updated ITT (2.4.1) and scope of services to ensure this is understood.",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1c71354b-7da4-4e1c-ad93-8d9b3ec2fbf9",
                "format": "application/zip"
            },
            {
                "id": "6",
                "documentType": "biddingDocuments",
                "description": "Tender Clarification Number 3 Q1.Principal Designer role. Please confirm if this is CDM Principal Designer (CDM PD) and / or Building Safety Act Principal Designer (BSA PD). This should be clarified to reflect current regulations. The BSA PD should have Primary Responsibility for co-ordinating the Building Regulations Application, not the Architect / Lead Designer A1. The new Building Safety Regulations (BSA) which came into force on 1st October 2023 introduces new requirements for higher risk buildings. Whilst the works being undertaken as part of the Capital Programme do not come under the class of \"higher risk buildings\" the PD / CDM role being procured will have to comply with these regulations which do include a need for review and coordination of the Building Regulations Application. Updated ITT (2.4.1) and scope of services to ensure this is understood.",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1c71354b-7da4-4e1c-ad93-8d9b3ec2fbf9",
                "format": "application/zip"
            },
            {
                "id": "7",
                "documentType": "biddingDocuments",
                "description": "Tender Clarification 4 updated Appendix H pricing schedule",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bee5f027-4133-4625-a642-1b2184452b0b",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "8",
                "documentType": "biddingDocuments",
                "description": "Tender Clarification Number 3 Q1.Principal Designer role. Please confirm if this is CDM Principal Designer (CDM PD) and / or Building Safety Act Principal Designer (BSA PD). This should be clarified to reflect current regulations. The BSA PD should have Primary Responsibility for co-ordinating the Building Regulations Application, not the Architect / Lead Designer A1. The new Building Safety Regulations (BSA) which came into force on 1st October 2023 introduces new requirements for higher risk buildings. Whilst the works being undertaken as part of the Capital Programme do not come under the class of \"higher risk buildings\" the PD / CDM role being procured will have to comply with these regulations which do include a need for review and coordination of the Building Regulations Application. Updated ITT (2.4.1) and scope of services to ensure this is understood.",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1c71354b-7da4-4e1c-ad93-8d9b3ec2fbf9",
                "format": "application/zip"
            },
            {
                "id": "9",
                "documentType": "biddingDocuments",
                "description": "Tender Clarification 4 updated Appendix H pricing schedule",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7265ec77-fc4f-4a26-a880-3f6fc5f9b3c8",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/C5Rj287x",
            "name": "Britten Pears Arts",
            "identifier": {
                "legalName": "Britten Pears Arts",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/C5Rj287x"
            },
            "address": {
                "streetAddress": "Snape Maltings Concert Hall",
                "locality": "Saxmundham",
                "postalCode": "IP17 1SP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ken Baines",
                "email": "kbaines@brittenpearsarts.org",
                "telephone": "07970161832"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-03885726",
            "name": "De Matos Ryan",
            "identifier": {
                "legalName": "De Matos Ryan",
                "scheme": "GB-COH",
                "id": "03885726"
            },
            "address": {
                "streetAddress": "99-100 Turnmill Street London EC1M 5QP United Kingdom"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/C5Rj287x",
        "name": "Britten Pears Arts"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-4c6467da-a962-4ad6-915e-0c7c64e482a3-1",
            "status": "active",
            "date": "2024-04-23T00:00:00+01:00",
            "datePublished": "2024-06-14T09:52:43+01:00",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-03885726",
                    "name": "De Matos Ryan"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-04-01T00:00:00+01:00",
                "endDate": "2026-05-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/129edaee-4338-4746-bf38-4969581d5a36",
                    "datePublished": "2024-06-14T09:52:43+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "biddingDocuments",
                    "description": "Tender Clarification Number 3 Q1.Principal Designer role. Please confirm if this is CDM Principal Designer (CDM PD) and / or Building Safety Act Principal Designer (BSA PD). This should be clarified to reflect current regulations. The BSA PD should have Primary Responsibility for co-ordinating the Building Regulations Application, not the Architect / Lead Designer A1. The new Building Safety Regulations (BSA) which came into force on 1st October 2023 introduces new requirements for higher risk buildings. Whilst the works being undertaken as part of the Capital Programme do not come under the class of \"higher risk buildings\" the PD / CDM role being procured will have to comply with these regulations which do include a need for review and coordination of the Building Regulations Application. Updated ITT (2.4.1) and scope of services to ensure this is understood.",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1c71354b-7da4-4e1c-ad93-8d9b3ec2fbf9",
                    "format": "application/zip"
                },
                {
                    "id": "3",
                    "documentType": "biddingDocuments",
                    "description": "Tender Clarification 4 updated Appendix H pricing schedule",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7265ec77-fc4f-4a26-a880-3f6fc5f9b3c8",
                    "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
                },
                {
                    "id": "4",
                    "documentType": "biddingDocuments",
                    "description": "Box link included for submission of Tenders. This link is to be used for tender submissions and is timed to close in line with the closing date published (12th February 17:00). Note Tenders are not to be sent via BPA website or direct to any BPA email addresses.",
                    "url": "https://app.box.com/f/9f924d10d99a48a8a59aa14ebc0b4fc9"
                }
            ]
        }
    ]
}