Award

Condition Survey, Asset Register & 5 year Maintenance Plan

THE HORNIMAN PUBLIC MUSEUM AND PUBLIC PARK TRUST

This public procurement record has 1 release in its history.

Award

18 Nov 2016 at 20:17

Summary of the contracting process

The procurement process is for a tender conducted by The Horniman Public Museum and Public Park Trust for a project titled "Condition Survey, Asset Register & 5 Year Maintenance Plan". This initiative falls under the architectural, engineering, and surveying services category and is located in London, United Kingdom. The procurement method employed is an open procedure, and the tender period initially concluded on 16 March 2016, with the contract period scheduled to run from 1 April 2016 to 31 July 2016. The contract value is set at £10,000, with a minimum threshold of £5,000.

This tender presents significant opportunities for businesses specialising in engineering, architectural surveying, and maintenance services. Companies that can provide detailed condition surveys and develop comprehensive asset registers would be particularly well-suited to compete for this contract, as the awarded work emphasises the importance of identifying and prioritising necessary maintenance across multiple sites. Additionally, small and medium enterprises (SMEs) can thrive in this procurement scenario, supporting fostering local business growth while contributing to the upkeep of public heritage and facilities.

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

Condition Survey, Asset Register & 5 year Maintenance Plan

Notice Description

1. Condition Survey 1.1 A detailed internal and external condition survey is to be undertaken on all of the buildings that are located across the two separate sites. 1.2 All visible elements of mechanical and electrical installation are to be surveyed and reported on. The scope of works is to include (but not limited to) the following: All Mechanical installations: gas supplies, water supplies, heating installations, mechanical ventilation, air conditioning, comfort cooling, external plant etc. All Electrical installations: power, lighting, socket outlets, data installations, fire alarm, communication facilities etc. 1.3 Each element in the report is to be identifiable by its own unique reference with the following information being provided for each element: Description Number of units or the surface area / length / height (as appropriate) Condition of the element and any defects identified Recommendations for any work considered necessary during the maintenance period. Estimated cost of the recommended work The considered priority of the works Each element in the report is to be identifiable by its own unique reference with the following information being provided for each element: Description Number of units or the surface area / length / height (as appropriate) Condition of the element and any defects identified Recommendations for any work considered necessary during the maintenance period. Estimated cost of the recommended work The considered priority of the works 2. Asset Register 2.1 An updated buildings register detailing all plant and machinery is to be produced. The format of this is to be the same as the Condition Survey, but with the details of condition, recommended works, budget estimates and priority deleted, and replaced with an expanded description where appropriate. 2.2 In preparing the register of plant and machinery a record of its current condition, anticipated lifespan and recommendations for replacement are to be noted. 3. 5 Year Maintenance Plan with Costs 3.1 The result of the condition survey, along with suggestions for environmental improvement works are to be used to produce a 5-year planned preventative maintenance plan. The plan is to include costs commencing in the financial year 2016/17. Where works are essential in nature these should be programmed to be undertaken as soon as possible. The remaining items of work are to be then assembled into efficient packages of work to allow costs to be spread out evenly over the 5-year period. 3.2 Minor works at easily accessible levels will normally be carried as part of the Horniman's routine maintenance programme and should not be included in the maintenance plan.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-520da5c6-adc9-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/36ac16d3-0b14-4d72-ad61-d23928b8da43
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71250000 - Architectural, engineering and surveying services

Notice Value(s)

Tender Value
£10,000 Under £100K
Lots Value
Not specified
Awards Value
£5,750 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20169 years ago
Submission Deadline
16 Mar 2016Expired
Future Notice Date
Not specified
Award Date
17 Feb 201610 years ago
Contract Period
31 Mar 2016 - 31 Jul 2016 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE HORNIMAN PUBLIC MUSEUM AND PUBLIC PARK TRUST
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
SE23 3PQ
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI London

Local Authority
Lewisham
Electoral Ward
Forest Hill
Westminster Constituency
Lewisham West and East Dulwich

Supplier Information

Number of Suppliers
1
Supplier Name

RIDGE AND PARTNERS

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-b5fd17-520da5c6-adc9-11e6-9901-0019b9f3037b-2016-11-18T20:17:13Z",
    "date": "2016-11-18T20:17:13Z",
    "ocid": "ocds-b5fd17-520da5c6-adc9-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HM024",
        "title": "Condition Survey, Asset Register & 5 year Maintenance Plan",
        "description": "1. Condition Survey 1.1 A detailed internal and external condition survey is to be undertaken on all of the buildings that are located across the two separate sites. 1.2 All visible elements of mechanical and electrical installation are to be surveyed and reported on. The scope of works is to include (but not limited to) the following: All Mechanical installations: gas supplies, water supplies, heating installations, mechanical ventilation, air conditioning, comfort cooling, external plant etc. All Electrical installations: power, lighting, socket outlets, data installations, fire alarm, communication facilities etc. 1.3 Each element in the report is to be identifiable by its own unique reference with the following information being provided for each element: Description Number of units or the surface area / length / height (as appropriate) Condition of the element and any defects identified Recommendations for any work considered necessary during the maintenance period. Estimated cost of the recommended work The considered priority of the works Each element in the report is to be identifiable by its own unique reference with the following information being provided for each element: Description Number of units or the surface area / length / height (as appropriate) Condition of the element and any defects identified Recommendations for any work considered necessary during the maintenance period. Estimated cost of the recommended work The considered priority of the works 2. Asset Register 2.1 An updated buildings register detailing all plant and machinery is to be produced. The format of this is to be the same as the Condition Survey, but with the details of condition, recommended works, budget estimates and priority deleted, and replaced with an expanded description where appropriate. 2.2 In preparing the register of plant and machinery a record of its current condition, anticipated lifespan and recommendations for replacement are to be noted. 3. 5 Year Maintenance Plan with Costs 3.1 The result of the condition survey, along with suggestions for environmental improvement works are to be used to produce a 5-year planned preventative maintenance plan. The plan is to include costs commencing in the financial year 2016/17. Where works are essential in nature these should be programmed to be undertaken as soon as possible. The remaining items of work are to be then assembled into efficient packages of work to allow costs to be spread out evenly over the 5-year period. 3.2 Minor works at easily accessible levels will normally be carried as part of the Horniman's routine maintenance programme and should not be included in the maintenance plan.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71250000",
            "description": "Architectural, engineering and surveying services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 5000,
            "currency": "GBP"
        },
        "value": {
            "amount": 10000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2016-03-16T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2016-04-01T00:00:00+01:00",
            "endDate": "2016-07-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-GOR-PB171",
            "name": "THE HORNIMAN PUBLIC MUSEUM AND PUBLIC PARK TRUST",
            "identifier": {
                "legalName": "THE HORNIMAN PUBLIC MUSEUM AND PUBLIC PARK TRUST",
                "scheme": "GB-GOR",
                "id": "PB171"
            },
            "address": {
                "streetAddress": "100 London Road",
                "locality": "London",
                "postalCode": "SE23 3PQ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Kirsten Walker",
                "email": "kwalker@horniman.ac.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-21146",
            "name": "Ridge and Partners",
            "identifier": {
                "legalName": "Ridge and Partners"
            },
            "address": {
                "streetAddress": "Harling House 47-51 Great Suffolk Street SE1 0BS"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-GOR-PB171",
        "name": "THE HORNIMAN PUBLIC MUSEUM AND PUBLIC PARK TRUST"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-520da5c6-adc9-11e6-9901-0019b9f3037b-1",
            "status": "active",
            "date": "2016-04-01T00:00:00+01:00",
            "datePublished": "2016-02-17T11:16:03Z",
            "value": {
                "amount": 5750,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-21146",
                    "name": "Ridge and Partners"
                }
            ],
            "contractPeriod": {
                "startDate": "2016-04-01T00:00:00+01:00",
                "endDate": "2016-07-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/36ac16d3-0b14-4d72-ad61-d23928b8da43",
                    "datePublished": "2016-02-17T11:16:03Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "application/pdf",
                    "description": "Scope of Works",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/834033d9-9703-4469-b10b-71786e304e54",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}