Award

Contract Award - 710396379 - TS to LTA LMOC

DIO COMMERCIAL

This public procurement record has 1 release in its history.

Award

26 Jan 2021 at 11:28

Summary of the contracting process

The procurement process titled "Contract Award - 710396379 - TS to LTA LMOC" is being conducted by the Defence Infrastructure Organisation (DIO Commercial) in the UK. This contract falls under the architectural, construction, engineering, and inspection services sector. The procurement has reached the Award stage, with the contract period starting on 21 December 2020 and concluding on 1 September 2021. The total contract value is approximately £210,424.14. The procurement method utilised for this tender was selective, specifically a call-off from a framework agreement, with the tender period ending on 11 December 2020.

This tender presents significant opportunities for businesses specialising in architectural, engineering, and construction services, particularly those that can provide support for the Defence Estate Optimisation Portfolio. Small and medium-sized enterprises (SMEs) are encouraged to compete, as the DIO has indicated suitability for such suppliers. Companies with experience in delivering complex engineering frameworks in collaboration with defence forces, and those adept at handling site evaluations and utility studies, would be especially well-suited for this contract, enabling them to grow their footprint within the public sector.

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

Contract Award - 710396379 - TS to LTA LMOC

Notice Description

The Defence Estate Optimisation (DEO) Portfolio of projects is delivering the rationalisation and transition of the MoD Defence Estate to realise the NSS and BDE. The portfolio includes armed forces and civilian sites across England, Wales, Scotland and Northern Ireland; delivering improved facilities and sites together and any associated site disposals or re-provisions whilst enabling the strategic movement and relocation of units. The DEO Portfolio works in unison with the Armed Forces; Generated Force (Army); Air, Navy and UK Support Command to achieve the programme, whilst the Armed Forces fulfil their operational, training and other requirements. A DEO Project may cover changes to a site or multiple sites and be interconnected with other separate, but dependant, DEO projects. The DEO projects Programme and Project Initiation Documents (PgID and PIDs) provide a baseline of options for sites such as re-provision or disposal. A site disposal may lead to re-provision at multiple sites or locations. The baseline allows for the interlinked dependencies of projects within the portfolio to enable unit moves and site disposals etc. to achieve the future MoD estate, often on more than one site. A preliminary value for money (VfM) analysis of multiple options for each military capability has narrowed the future site options for each unit within the PgID and its supporting PIDs; in most cases down to a single site. This work has been supported by site utilisation and capacity studies which identify each site's potential as a receiver site for different types of units and / or facilities. Each individual PID identifies a Primary Option, which reflects the Preliminary VfM assessment within that PID and the compatibility of options across interlinked PIDs. In some cases, an Alternate Option is retained for detailed Assessment Study. Each PID also contains an analysis of a potential Do Nothing option, which have been determined to be non-sensible. The Programme Concept of Analysis (CoA) sets the boundaries and responsibilities for the delivery of constituent projects by the Regional project delivery teams. The CoA also describes the methodology that will be used to assess the options to be tested through Outline Business Case (OBC) for the future delivery of the constituent projects within the Programme. It should be read in conjunction with the other key Programme Artefacts and Portfolio Artefacts and Policies. The TSP shall deliver: a. RIBA Stage two TSP deliverables and outcomes, together with support (DIO CPP stage 2) including: (1) The Assessment Study (may be plural depending on the scope of requirements/studies by site). (2) Deliverables and outcomes, together with support, including to the OBC and prerequisites such as support to the Project Assurance Group, Gateway Review Assurance and Scrutiny Board to the OBC. as detailed within this TSOR, including, but not exclusively, Annex B and Annex D.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7d175d01-f1a7-4a21-b6e3-669964be0ba7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d3e229d5-1e6f-4760-adb4-a637c5ade7ba
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
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£210,424 £100K-£500K
Lots Value
Not specified
Awards Value
£210,424 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jan 20215 years ago
Submission Deadline
11 Dec 2020Expired
Future Notice Date
Not specified
Award Date
21 Dec 20205 years ago
Contract Period
21 Dec 2020 - 1 Sep 2021 6-12 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
DIO COMMERCIAL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 8EX
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLJ South East (England)

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
1
Supplier Name

ARCADIS

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-b5fd17-7d175d01-f1a7-4a21-b6e3-669964be0ba7-2021-01-26T11:28:46Z",
    "date": "2021-01-26T11:28:46Z",
    "ocid": "ocds-b5fd17-7d175d01-f1a7-4a21-b6e3-669964be0ba7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "Contract Award - 710396379 - TS to LTA LMOC",
        "title": "Contract Award - 710396379 - TS to LTA LMOC",
        "description": "The Defence Estate Optimisation (DEO) Portfolio of projects is delivering the rationalisation and transition of the MoD Defence Estate to realise the NSS and BDE. The portfolio includes armed forces and civilian sites across England, Wales, Scotland and Northern Ireland; delivering improved facilities and sites together and any associated site disposals or re-provisions whilst enabling the strategic movement and relocation of units. The DEO Portfolio works in unison with the Armed Forces; Generated Force (Army); Air, Navy and UK Support Command to achieve the programme, whilst the Armed Forces fulfil their operational, training and other requirements. A DEO Project may cover changes to a site or multiple sites and be interconnected with other separate, but dependant, DEO projects. The DEO projects Programme and Project Initiation Documents (PgID and PIDs) provide a baseline of options for sites such as re-provision or disposal. A site disposal may lead to re-provision at multiple sites or locations. The baseline allows for the interlinked dependencies of projects within the portfolio to enable unit moves and site disposals etc. to achieve the future MoD estate, often on more than one site. A preliminary value for money (VfM) analysis of multiple options for each military capability has narrowed the future site options for each unit within the PgID and its supporting PIDs; in most cases down to a single site. This work has been supported by site utilisation and capacity studies which identify each site's potential as a receiver site for different types of units and / or facilities. Each individual PID identifies a Primary Option, which reflects the Preliminary VfM assessment within that PID and the compatibility of options across interlinked PIDs. In some cases, an Alternate Option is retained for detailed Assessment Study. Each PID also contains an analysis of a potential Do Nothing option, which have been determined to be non-sensible. The Programme Concept of Analysis (CoA) sets the boundaries and responsibilities for the delivery of constituent projects by the Regional project delivery teams. The CoA also describes the methodology that will be used to assess the options to be tested through Outline Business Case (OBC) for the future delivery of the constituent projects within the Programme. It should be read in conjunction with the other key Programme Artefacts and Portfolio Artefacts and Policies. The TSP shall deliver: a. RIBA Stage two TSP deliverables and outcomes, together with support (DIO CPP stage 2) including: (1) The Assessment Study (may be plural depending on the scope of requirements/studies by site). (2) Deliverables and outcomes, together with support, including to the OBC and prerequisites such as support to the Project Assurance Group, Gateway Review Assurance and Scrutiny Board to the OBC. as detailed within this TSOR, including, but not exclusively, Annex B and Annex D.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 210424.14,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2020-12-11T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2020-12-21T00:00:00Z",
            "endDate": "2021-09-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/yxKK9693",
            "name": "DIO Commercial",
            "identifier": {
                "legalName": "DIO Commercial",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/yxKK9693"
            },
            "address": {
                "streetAddress": "Rm 2.1.02, Level 2, Kentigern House",
                "locality": "Glasgow",
                "postalCode": "G28EX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Andrew West",
                "email": "andrew.west116@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-OC368843",
            "name": "ARCADIS LLP",
            "identifier": {
                "legalName": "ARCADIS LLP",
                "scheme": "GB-COH",
                "id": "OC368843"
            },
            "address": {
                "streetAddress": "Arcadis House,34 York Way LONDON N1 9AB GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/yxKK9693",
        "name": "DIO Commercial"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-7d175d01-f1a7-4a21-b6e3-669964be0ba7-1",
            "status": "active",
            "date": "2020-12-21T00:00:00Z",
            "datePublished": "2021-01-26T11:28:46Z",
            "value": {
                "amount": 210424.14,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-OC368843",
                    "name": "ARCADIS LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-12-21T00:00:00Z",
                "endDate": "2021-09-01T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/d3e229d5-1e6f-4760-adb4-a637c5ade7ba",
                    "datePublished": "2021-01-26T11:28:46Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "REDACTED CONTRACT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/06177449-d81d-43be-916b-02dbeaf5fbac",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "contractSigned",
                    "description": "REDACTED CONTRACT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/164e7a5b-f0a5-46a0-b270-ce47fd8d93fd",
                    "format": "application/pdf"
                },
                {
                    "id": "4",
                    "documentType": "contractSigned",
                    "description": "REDACTED CONTRACT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0ac2d6ca-1630-40bb-9870-e6726a786a6f",
                    "format": "application/pdf"
                },
                {
                    "id": "5",
                    "documentType": "contractSigned",
                    "description": "REDACTED CONTRACT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c1a5f890-5c61-49c3-bd35-b2ad702d5dcb",
                    "format": "application/pdf"
                },
                {
                    "id": "6",
                    "documentType": "contractSigned",
                    "description": "REDACTED CONTRACT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/58c35ec6-d590-491d-9d52-f4fafde306a9",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}