Planning

PIN for Professional Services Framework 2

LONDON BOROUGH OF HACKNEY

This public procurement record has 1 release in its history.

Planning

11 Aug 2017 at 16:43

Summary of the contracting process

The London Borough of Hackney is initiating the procurement process for the "PIN for Professional Services Framework 2," aimed at professional consultancy services related to property and development. Currently in the planning stage, this tender will establish a four-year framework to cater to various departments including Corporate Property and Asset Management, Regeneration, and Education Services. Interested parties should note that the engagement end date for market feedback is set for 23 February 2018, with a projected value of £18,250,000. The procurement will follow a restricted method, utilising a slightly tailored Government-mandated Selection Questionnaire.

This procurement presents an excellent opportunity for businesses specialising in financial consultancy, engineering, construction-related services, and management consultancy, among others. Companies that excel in risk assessment and performance monitoring will find this tender particularly aligned with their offerings, as the council is seeking to explore market rates and framework structures through supplier engagement. This framework could enable participants to expand their footprint within the public sector, particularly those with capabilities in environmental management and development consultancy services.

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

PIN for Professional Services Framework 2

Notice Description

The Council is about to re- procure its provision of specialist professional advice for a wide variety of property and development related activity. The intention is to put in place a framework for a duration of 4 years. This will be titled "Framework 2" and cover the lots described in the prospectus, subject to the comments of potential suppliers in the soft market testing process. Once in place the framework will be used by the Corporate Property and Asset Management, Regeneration and Education Services of the Council, plus any other divisions to which it is of interest. The Councils would like to explore with suppliers the following aspects of this significant and imminent procurement:- The structure of the framework lots and in particular the division of professions between them Market rates for the services in question Procurement route proposed (restricted with a lightly tailored Government- mandated standard Selection Questionnaire) The use of the NEC 4 contract form Any issues in the requirement likely to lead to risk- based pricing by bidders Performance monitoring of the contract post- award Mobilisation and service set up Required insurance levels and minimum turnover requirement

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-582469e6-9233-47c6-b983-b2d82e8a5e94
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c6d6ec03-58e6-4c76-be48-a16e85aa5735
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

66171000 - Financial consultancy services

71300000 - Engineering services

71500000 - Construction-related services

71600000 - Technical testing, analysis and consultancy services

73220000 - Development consultancy services

79340000 - Advertising and marketing services

79400000 - Business and management consultancy and related services

90490000 - Sewer survey and sewage treatment consultancy services

90710000 - Environmental management

Notice Value(s)

Tender Value
£18,250,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Aug 20178 years ago
Submission Deadline
Not specified
Future Notice Date
23 Feb 2018Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HACKNEY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HACKNEY
Postcode
E8 1BJ
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Hackney
Electoral Ward
Hackney Central
Westminster Constituency
Hackney South and Shoreditch

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-b5fd17-582469e6-9233-47c6-b983-b2d82e8a5e94-2017-08-11T17:43:41+01:00",
    "date": "2017-08-11T17:43:41+01:00",
    "ocid": "ocds-b5fd17-582469e6-9233-47c6-b983-b2d82e8a5e94",
    "language": "en",
    "initiationType": "tender",
    "title": "PIN for Professional Services Framework 2",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2018-02-23T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c6d6ec03-58e6-4c76-be48-a16e85aa5735",
                "datePublished": "2017-08-11T17:43:41+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "HACK001-DN286744-10097490",
        "title": "PIN for Professional Services Framework 2",
        "description": "The Council is about to re- procure its provision of specialist professional advice for a wide variety of property and development related activity. The intention is to put in place a framework for a duration of 4 years. This will be titled \"Framework 2\" and cover the lots described in the prospectus, subject to the comments of potential suppliers in the soft market testing process. Once in place the framework will be used by the Corporate Property and Asset Management, Regeneration and Education Services of the Council, plus any other divisions to which it is of interest. The Councils would like to explore with suppliers the following aspects of this significant and imminent procurement:- The structure of the framework lots and in particular the division of professions between them Market rates for the services in question Procurement route proposed (restricted with a lightly tailored Government- mandated standard Selection Questionnaire) The use of the NEC 4 contract form Any issues in the requirement likely to lead to risk- based pricing by bidders Performance monitoring of the contract post- award Mobilisation and service set up Required insurance levels and minimum turnover requirement",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "66171000",
            "description": "Financial consultancy services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71300000",
                "description": "Engineering services"
            },
            {
                "scheme": "CPV",
                "id": "71500000",
                "description": "Construction-related services"
            },
            {
                "scheme": "CPV",
                "id": "71600000",
                "description": "Technical testing, analysis and consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "73220000",
                "description": "Development consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "79340000",
                "description": "Advertising and marketing services"
            },
            {
                "scheme": "CPV",
                "id": "79400000",
                "description": "Business and management consultancy and related services"
            },
            {
                "scheme": "CPV",
                "id": "90490000",
                "description": "Sewer survey and sewage treatment consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "90710000",
                "description": "Environmental management"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 18250000,
            "currency": "GBP"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-62012",
            "name": "London Borough of Hackney",
            "identifier": {
                "legalName": "London Borough of Hackney"
            },
            "address": {
                "streetAddress": "Christopher Addison House, 72 Wilton Way",
                "locality": "Hackney",
                "postalCode": "E8 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Vincent Hunt",
                "email": "Vincent.Hunt@Hackney.gov.uk",
                "telephone": "+44 7970659846"
            },
            "details": {
                "url": "http://www.hackney.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-62012",
        "name": "London Borough of Hackney"
    }
}