Tender

Chesterfield Borough Council - Depot Rationalisation.

NOE-CPC

This public procurement record has 2 releases in its history.

TenderCancellation

11 Feb 2019 at 14:55

Tender

11 Feb 2019 at 14:31

Summary of the contracting process

Chesterfield Borough Council, through NOE-CPC, is undertaking a procurement process titled "Chesterfield Borough Council - Depot Rationalisation." This initiative falls under the development consultancy services category and is based in Chesterfield, Derbyshire. Currently, the procurement is in the Tender stage, with submissions due by 15th March 2019. The contract period is scheduled to commence on 1st May 2019 and conclude on 19th July 2019, with funding sourced from the One Public Estate Programme to support the feasibility study.

This opportunity presents significant potential for businesses specialising in development consultancy, particularly those with experience in public sector projects and stakeholder engagement. Companies that can conduct detailed asset reviews, site suitability analyses, and market assessments would be well-positioned to compete. Engaging effectively with various stakeholders and having a strong understanding of planning and development constraints will be crucial for bidders seeking to navigate this procurement successfully.

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

Chesterfield Borough Council - Depot Rationalisation.

Notice Description

Chesterfield Borough Council is working with other public sector partners (appendix 2) to assess the feasibility of co-locating depot facilities based within in the Chesterfield / M1 corridor and subsequently releasing land for development. Funding for the feasibility study has been received under the One Public Estate Programme and the feasibility study should be complete by July 2019. This is the first of a likely series of staged commissions. Each commission will aim to reach a decision gateway that will dictate the direction and / or need to proceed to the next stage and the scope of the support services required to achieve this. Chesterfield Borough Council is looking to commission the following work o Develop and deliver a project which will ensure the depot feasibility study is completed by 19th July 2019. Milestones for desktop completion, engagement completion and interim report completion should be clearly included in the tender submission. The feasibility study should include the following activities: 1. Complete a detailed review of public sector depot assets, including their current utilisation, their likely future maintenance costs and their future development potential. Current known assets for inclusion are attached in Appendix 1. Consideration of HS2 implications should be captured within the review. 2. Engage with stakeholders to assess their broad future space requirements, both on an individual basis and on an integrated basis, supported by service redesign. Appendix 2 details the known stakeholders. The scope of the project is such that consideration will be given to additional stakeholders should options arise. Any such options will be developed in consultation with the successful contractor. 3. Identify potential future delivery sites, including referencing how different locations could serve different or wider geographies depending on their connectivity. Proximity to local authority operating areas should be captured and likely changes to operating costs should be reflected in the feasibility study. 4. Complete site suitability analysis, with massing diagrams and conceptual floor plans, showing design thoughts about service delivery elements. Provide costs on a ?/m2 basis. 5. Provide high level technical commentary on planning / highways and other technical constraints (specify what will be excluded from scope) to inform the above. Discussions with the Local Planning Authority and Highways Authority should be held. 6. Provide a market assessment of land values, rents and yields for the existing depot bases to be used in a more detailed financial case supporting the project. Consult with stakeholders to ascertain where this information is already available. 7. Complete a detailed financial and economic assessment (costs / viability / affordability and contribution to critical factors identified in the OPE bid). This should ... Additional information: Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-94e9b1d9-f2f7-44f9-ab9b-80218fe18998
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ff1b457a-84ce-48a4-b9fb-c356fab16224
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73220000 - Development consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20197 years ago
Submission Deadline
15 Mar 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2019 - 19 Jul 2019 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NOE-CPC
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DERBYSHIRE
Postcode
S44 5BL
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF12 East Derbyshire
Delivery Location
Not specified

Local Authority
Chesterfield
Electoral Ward
Spire
Westminster Constituency
Chesterfield

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-b5fd17-94e9b1d9-f2f7-44f9-ab9b-80218fe18998-2019-02-11T14:55:29Z",
    "date": "2019-02-11T14:55:29Z",
    "ocid": "ocds-b5fd17-94e9b1d9-f2f7-44f9-ab9b-80218fe18998",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CRH 02819",
        "title": "Chesterfield Borough Council - Depot Rationalisation.",
        "description": "Chesterfield Borough Council is working with other public sector partners (appendix 2) to assess the feasibility of co-locating depot facilities based within in the Chesterfield / M1 corridor and subsequently releasing land for development. Funding for the feasibility study has been received under the One Public Estate Programme and the feasibility study should be complete by July 2019. This is the first of a likely series of staged commissions. Each commission will aim to reach a decision gateway that will dictate the direction and / or need to proceed to the next stage and the scope of the support services required to achieve this. Chesterfield Borough Council is looking to commission the following work o Develop and deliver a project which will ensure the depot feasibility study is completed by 19th July 2019. Milestones for desktop completion, engagement completion and interim report completion should be clearly included in the tender submission. The feasibility study should include the following activities: 1. Complete a detailed review of public sector depot assets, including their current utilisation, their likely future maintenance costs and their future development potential. Current known assets for inclusion are attached in Appendix 1. Consideration of HS2 implications should be captured within the review. 2. Engage with stakeholders to assess their broad future space requirements, both on an individual basis and on an integrated basis, supported by service redesign. Appendix 2 details the known stakeholders. The scope of the project is such that consideration will be given to additional stakeholders should options arise. Any such options will be developed in consultation with the successful contractor. 3. Identify potential future delivery sites, including referencing how different locations could serve different or wider geographies depending on their connectivity. Proximity to local authority operating areas should be captured and likely changes to operating costs should be reflected in the feasibility study. 4. Complete site suitability analysis, with massing diagrams and conceptual floor plans, showing design thoughts about service delivery elements. Provide costs on a ?/m2 basis. 5. Provide high level technical commentary on planning / highways and other technical constraints (specify what will be excluded from scope) to inform the above. Discussions with the Local Planning Authority and Highways Authority should be held. 6. Provide a market assessment of land values, rents and yields for the existing depot bases to be used in a more detailed financial case supporting the project. Consult with stakeholders to ascertain where this information is already available. 7. Complete a detailed financial and economic assessment (costs / viability / affordability and contribution to critical factors identified in the OPE bid). This should ... Additional information: Is a Recurrent Procurement Type? : No",
        "datePublished": "2019-02-11T14:31:38Z",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "73220000",
            "description": "Development consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "S44 5BL"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "S44 5BL"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2019-03-15T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-05-01T00:00:00+01:00",
            "endDate": "2019-07-19T23:59:59+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/baeae5c3-c6f8-40a0-95b3-7f5be3a73f9b",
                "datePublished": "2019-02-11T14:31:38Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Additional information on how to apply for this contract",
                "url": "https://in-tendhost.co.uk/noecpc/aspx/"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ff1b457a-84ce-48a4-b9fb-c356fab16224",
                "datePublished": "2019-02-11T14:55:29Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-12770",
            "name": "NOE-CPC",
            "identifier": {
                "legalName": "NOE-CPC"
            },
            "address": {
                "streetAddress": "Top Road, Chesterfield",
                "locality": "Derbyshire",
                "postalCode": "S44 5BL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Amanda Gregory",
                "email": "Amanda.Gregory4@nhs.net",
                "telephone": "01246 513563"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-12770",
        "name": "NOE-CPC"
    }
}