Notice Information
Notice Title
7F Multi-Disciplinary Construction Consultancy Services
Notice Description
The Seven Force Strategic Collaboration consisting of Norfolk, Suffolk, Essex, Kent, Cambridgeshire, Hertfordshire & Bedfordshire Police Service including Kent and Essex Fire & Rescue service, wishes to deliver a single consistent approach to its contractual arrangements for all Forces within its scope for a multi-disciplinary Construction Consultancy service to deliver savings and to encourage local SME participation utilising JCT or NEC contracts dependent on Force / Project Each Authority has its own Estates and Facilities Department and is responsible for the management of Property within their own Constabularies / Fire and Rescue Service. The departments provide a comprehensive estate and property management service which comprises an on-going maintenance, refurbishment and building plan. The estate portfolio comprises of police stations, specialist complexes, Headquarters and Police Investigation Centres and Fire & Rescue premises within the Kent and Essex lot. The Estates Strategy of the Forces involves an investment plan to upgrade existing accommodation and to replace or dispose of the stock that does not feature in the long-term plans of the Forces. It also includes an increasing focus on the "one Public Estate" and site sharing with partners, including the Fire and Ambulance Services. The age, style and construction forms of the built assets are varied. For the framework to be successful, it is important to the Authority that the Partner is based in the region and has local experience and knowledge of the local supply chain. When engaging local SME's, the Consultant will be responsible for ensuring they have been pre-qualified and have had appropriate quality and security checks. Consultants must be able to physically attend our sites when required and have quarterly meetings. It is the Authorities intention to have a dedicated Consultancy for each Lot, and to award this contract to four separate consultancy firms (limit 1 lot per organisation in any group) although the Authorities reserve the right to award multiple Lots to one Supplier / another organisation if the benefit is deemed significant
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-6d7cf072-d994-4310-ac9a-680560f7436c
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a50dd2fb-9950-48cc-8e56-9751ff7217e5
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71210000 - Advisory architectural services
71220000 - Architectural design services
71221000 - Architectural services for buildings
71223000 - Architectural services for building extensions
71230000 - Organisation of architectural design contests
71241000 - Feasibility study, advisory service, analysis
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71245000 - Approval plans, working drawings and specifications
71246000 - Determining and listing of quantities in construction
71247000 - Supervision of building work
71248000 - Supervision of project and documentation
71250000 - Architectural, engineering and surveying services
71251000 - Architectural and building-surveying services
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71313400 - Environmental impact assessment for construction
71315000 - Building services
71317000 - Hazard protection and control consultancy services
71317100 - Fire and explosion protection and control consultancy services
71318000 - Advisory and consultative engineering services
71320000 - Engineering design services
71324000 - Quantity surveying services
71325000 - Foundation-design services
71326000 - Ancillary building services
71327000 - Load-bearing structure design services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jul 20214 years ago
- Submission Deadline
- 13 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 11 Jan 2022 - 9 Jan 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- 7 FORCES PROCUREMENT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- IPSWICH
- Postcode
- IP5 3QS
- 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
- Martlesham & Purdis Farm
- Westminster Constituency
- Suffolk Coastal
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a50dd2fb-9950-48cc-8e56-9751ff7217e5
14th July 2021 - Opportunity notice on Contracts Finder
Notice URLs
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-b5fd17-6d7cf072-d994-4310-ac9a-680560f7436c-2021-07-14T17:30:41+01:00",
"date": "2021-07-14T17:30:41+01:00",
"ocid": "ocds-b5fd17-6d7cf072-d994-4310-ac9a-680560f7436c",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "20210714173037-32209",
"title": "7F Multi-Disciplinary Construction Consultancy Services",
"description": "The Seven Force Strategic Collaboration consisting of Norfolk, Suffolk, Essex, Kent, Cambridgeshire, Hertfordshire & Bedfordshire Police Service including Kent and Essex Fire & Rescue service, wishes to deliver a single consistent approach to its contractual arrangements for all Forces within its scope for a multi-disciplinary Construction Consultancy service to deliver savings and to encourage local SME participation utilising JCT or NEC contracts dependent on Force / Project Each Authority has its own Estates and Facilities Department and is responsible for the management of Property within their own Constabularies / Fire and Rescue Service. The departments provide a comprehensive estate and property management service which comprises an on-going maintenance, refurbishment and building plan. The estate portfolio comprises of police stations, specialist complexes, Headquarters and Police Investigation Centres and Fire & Rescue premises within the Kent and Essex lot. The Estates Strategy of the Forces involves an investment plan to upgrade existing accommodation and to replace or dispose of the stock that does not feature in the long-term plans of the Forces. It also includes an increasing focus on the \"one Public Estate\" and site sharing with partners, including the Fire and Ambulance Services. The age, style and construction forms of the built assets are varied. For the framework to be successful, it is important to the Authority that the Partner is based in the region and has local experience and knowledge of the local supply chain. When engaging local SME's, the Consultant will be responsible for ensuring they have been pre-qualified and have had appropriate quality and security checks. Consultants must be able to physically attend our sites when required and have quarterly meetings. It is the Authorities intention to have a dedicated Consultancy for each Lot, and to award this contract to four separate consultancy firms (limit 1 lot per organisation in any group) although the Authorities reserve the right to award multiple Lots to one Supplier / another organisation if the benefit is deemed significant",
"datePublished": "2021-07-14T17:30:41+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71210000",
"description": "Advisory architectural services"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71223000",
"description": "Architectural services for building extensions"
},
{
"scheme": "CPV",
"id": "71230000",
"description": "Organisation of architectural design contests"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71245000",
"description": "Approval plans, working drawings and specifications"
},
{
"scheme": "CPV",
"id": "71246000",
"description": "Determining and listing of quantities in construction"
},
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71251000",
"description": "Architectural and building-surveying services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71317000",
"description": "Hazard protection and control consultancy services"
},
{
"scheme": "CPV",
"id": "71317100",
"description": "Fire and explosion protection and control consultancy services"
},
{
"scheme": "CPV",
"id": "71318000",
"description": "Advisory and consultative engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71325000",
"description": "Foundation-design services"
},
{
"scheme": "CPV",
"id": "71326000",
"description": "Ancillary building services"
},
{
"scheme": "CPV",
"id": "71327000",
"description": "Load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "East of England",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 500000,
"currency": "GBP"
},
"value": {
"amount": 8000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2021-08-13T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-01-11T00:00:00Z",
"endDate": "2026-01-09T23:59:59Z"
},
"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/a50dd2fb-9950-48cc-8e56-9751ff7217e5",
"datePublished": "2021-07-14T17:30:41+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-134929",
"name": "7 Forces Procurement",
"identifier": {
"legalName": "7 Forces Procurement"
},
"address": {
"streetAddress": "Police Headquarters, Martlesham Heath",
"locality": "Ipswich",
"postalCode": "IP5 3QS",
"countryName": "ENG"
},
"contactPoint": {
"name": "Adrian Woodmore",
"email": "adrian.woodmore@essex.police.uk",
"telephone": "+44 07817154221"
},
"details": {
"url": "http://www.suffolk.police.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-134929",
"name": "7 Forces Procurement"
}
}