Tender

Estates Works Framework

YORKSHIRE AND HUMBER POLICE PROCUREMENT (Y&HPP)

This public procurement record has 1 release in its history.

Tender

05 Feb 2020 at 17:02

Summary of the contracting process

The procurement process, titled "Estates Works Framework", is being conducted by the Yorkshire and Humber Police Procurement (Y&HPP) and is classified under the construction industry. This open procedure consists of seven geographical lots covering areas such as West Yorkshire, South Yorkshire, and Northumbria. The tender period closes on 11 March 2020, with the contract expected to commence on 1 July 2020 and extend until 30 June 2024. The overall value of the procurement is approximately £77 million, aimed at delivering a broad range of construction and refurbishment works, which may vary in complexity and scale across the specified regions.

This framework presents significant growth opportunities for contractors in the construction sector, particularly those capable of handling office refurbishments, new builds, and various specialist upgrade works. Suitable bidders may include local contractors with experience in public sector projects, especially those with the ability to assemble a team of qualified professionals, such as architects and engineers. Companies interested in this tender should demonstrate robust capacity for simultaneous project delivery across multiple regions to meet the diverse needs outlined in the tender specifications.

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

Estates Works Framework

Notice Description

This Framework Agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots. Lot 1- West Yorkshire region Lot 2- South Yorkshire region Lot 3- North Yorkshire region Lot 4- Humberside region Lot 5 - Cleveland Lot 6 - Durham Lot 7 - Northumbria The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:- * Office Refurbishment Works * Welfare Refurbishments -Kitchen, toilets etc * Garaging * External Fabric Works * New Build or Extension Works * Delivery of specialist upgrade works within areas of Custody, Dog section and Mounted * Associated works such as Mechanical, Electrical, and Structural. The appointed contractor(s) will provide a broad range of services, these include, but are not limited to- a) Acting as Principal Contractor and Principal Designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed. b) Carry out design works and surveys (where required) as per the stages set out in the RIBA Plan of Works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements. The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:- * Architects (including landscape) * Structural Engineers * Surveyors (Building and Land) * Drainage Surveys * Interior Designers * Planning Consultants * Principal Designers * Asbestos Surveyors * Mechanical and Electrical Designers The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works. The below customers will be able to call off from this Framework Agreement: West Yorkshire Police North Yorkshire Police South Yorkshire Police Humberside Police West Yorkshire Fire and Rescue North Yorkshire Fire and Rescue South Yorkshire Fire and Rescue Humberside Fire and Rescue Yorkshire Ambulance Service Cleveland Police Northumbria Police Durham Police

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-9e6f42cf-cd7a-4ad4-884e-7cc78fd7ea8e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8040e18e-2168-4cdb-bf07-5cb3641bbb1b
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45100000 - Site preparation work

45200000 - Works for complete or part construction and civil engineering work

45300000 - Building installation work

45400000 - Building completion work

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£77,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20206 years ago
Submission Deadline
11 Mar 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2020 - 30 Jun 2024 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE AND HUMBER POLICE PROCUREMENT (Y&HPP)
Contact Name
Andy Balmond
Contact Email
andy.balmond@southyorks.pnn.police.uk
Contact Phone
+44 464983774

Buyer Location

Locality
WAKEFIELD
Postcode
WF1 1DL
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLC North East (England)

Local Authority
Wakefield
Electoral Ward
Wakefield North
Westminster Constituency
Wakefield and Rothwell

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-b5fd17-9e6f42cf-cd7a-4ad4-884e-7cc78fd7ea8e-2020-02-05T17:02:00Z",
    "date": "2020-02-05T17:02:00Z",
    "ocid": "ocds-b5fd17-9e6f42cf-cd7a-4ad4-884e-7cc78fd7ea8e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "20200205170157-36335",
        "title": "Estates Works Framework",
        "description": "This Framework Agreement will be tendered in seven geographical lots as listed below to establish whether local regional contractors are more able to service a particular region. However, any tenderer will be able to bid for any number of lots and providing they can demonstrate an ability to meet the service requirements of the lots bid for, in terms of resource, capacity and multiple/simultaneous delivery for clients in a single region or across all regions may be awarded any mix of, or all lots. Lot 1- West Yorkshire region Lot 2- South Yorkshire region Lot 3- North Yorkshire region Lot 4- Humberside region Lot 5 - Cleveland Lot 6 - Durham Lot 7 - Northumbria The type, size, complexity and value of works will vary. Typically, it will consist of, but not be limited to, the following:- * Office Refurbishment Works * Welfare Refurbishments -Kitchen, toilets etc * Garaging * External Fabric Works * New Build or Extension Works * Delivery of specialist upgrade works within areas of Custody, Dog section and Mounted * Associated works such as Mechanical, Electrical, and Structural. The appointed contractor(s) will provide a broad range of services, these include, but are not limited to- a) Acting as Principal Contractor and Principal Designer in accordance with CDM 2015 Regulations for the duration of a project for which they are appointed. b) Carry out design works and surveys (where required) as per the stages set out in the RIBA Plan of Works, to enable a project delivery from inception to completion, in line with current legislation, force and statutory requirements. The appointed contractor(s) will be required to have access to various professional services in order to deliver the aforementioned. Typically, it will consist of, but not be limited to, the following:- * Architects (including landscape) * Structural Engineers * Surveyors (Building and Land) * Drainage Surveys * Interior Designers * Planning Consultants * Principal Designers * Asbestos Surveyors * Mechanical and Electrical Designers The appointed contractor(s) will be required to have access to appropriately skilled, qualified operatives and an appropriate network of sub-contract and supply chain partners to enable them to deliver works. The below customers will be able to call off from this Framework Agreement: West Yorkshire Police North Yorkshire Police South Yorkshire Police Humberside Police West Yorkshire Fire and Rescue North Yorkshire Fire and Rescue South Yorkshire Fire and Rescue Humberside Fire and Rescue Yorkshire Ambulance Service Cleveland Police Northumbria Police Durham Police",
        "datePublished": "2020-02-05T17:02:00Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "45100000",
                "description": "Site preparation work"
            },
            {
                "scheme": "CPV",
                "id": "45200000",
                "description": "Works for complete or part construction and civil engineering work"
            },
            {
                "scheme": "CPV",
                "id": "45300000",
                "description": "Building installation work"
            },
            {
                "scheme": "CPV",
                "id": "45400000",
                "description": "Building completion work"
            },
            {
                "scheme": "CPV",
                "id": "71000000",
                "description": "Architectural, construction, engineering and inspection services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1,
            "currency": "GBP"
        },
        "value": {
            "amount": 77000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2020-03-11T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2020-07-01T00:00:00+01:00",
            "endDate": "2024-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8040e18e-2168-4cdb-bf07-5cb3641bbb1b",
                "datePublished": "2020-02-05T17:02:00Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Potential bidders can access the relevant tender documents at the site noted above.",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30801&B=BLUELIGHT"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "User / Company",
                "url": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/36335"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-136486",
            "name": "Yorkshire and Humber Police Procurement (Y&HPP)",
            "identifier": {
                "legalName": "Yorkshire and Humber Police Procurement (Y&HPP)"
            },
            "address": {
                "streetAddress": "Ploughland House,, 62 , George Street",
                "locality": "Wakefield",
                "postalCode": "WF1 1DL",
                "countryName": "ENG"
            },
            "contactPoint": {
                "name": "Andy Balmond",
                "email": "andy.balmond@southyorks.pnn.police.uk",
                "telephone": "+44 464983774"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-136486",
        "name": "Yorkshire and Humber Police Procurement (Y&HPP)"
    }
}