Notice Information
Notice Title
HMP Thorn Cross-Fire Safety Improvement Works- Lot 1-BPRN No.503/14/1671
Notice Description
Following a review of the Custodial Estate a priority list detailing the Fire Safety Improvement Requirements has been agreed with NOMS and Crown Property Inspection Group, (CPIG). HMP Thorn Cross is a site that needs to have Fire Safety Improvements carried out. As this project has H&S concerns, it is important that this does not delay the programme and the PSPs are asked to prepare the necessary resources to commit to the programme once appointed. The project requirement would be to provide fit for purpose Fire Safety Improvements that comply with current standards within the built environment and adhere to the requirements of the latest CPIG report. Specifically to improve the Fire Safety of HMP Thorn Cross's built environment by addressing the following key areas: * Detection, In-Cell detection and Fire Alarm improvement * Suppression, Fire suppression High Pressure Misting Hose Reel systems * Ventilation, Smoke Ventilation systems An indicative programme length from the appointment of the PSP, which we anticipate would be 5th June 2017 to undertake stage 2&3 concurrently, to develop the business case. PSP are also to identify and provide budget cost for any potential risk in developing the options appraisal including such as validation of M&E/structural services of the area of work etc. If the provider is of the view that further specialists work is required, a separate lump sum cost should be shown as 'Additional Services' together with details of what has been included. High Level programme from the appointment: Undertake Surveys 1 week Develop options appraisal and feasibility cost for the preferred option 5 weeks Develop Business Case (BJC); 1week The PM is to submit weekly pre-construction PPI 123 to ensure that the project is delivered on time to start works in Early November 2017 or sooner. For information, the project will be competed using the SAA framework Constructor for North Region from stage 5.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f34a7c79-03b6-483d-bb0a-e8c00838d177
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/2bf3c73b-b109-4602-9bd7-e28cb80cf811
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £50,225 Under £100K
- Lots Value
- Not specified
- Awards Value
- £50,225 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Jun 20178 years ago
- Submission Deadline
- 21 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 26 Jun 20178 years ago
- Contract Period
- 26 Jun 2017 - 8 May 2020 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE.
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLD North West (England)
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/2bf3c73b-b109-4602-9bd7-e28cb80cf811
27th June 2017 - Awarded contract notice on Contracts Finder
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-f34a7c79-03b6-483d-bb0a-e8c00838d177-2017-06-27T16:14:57+01:00",
"date": "2017-06-27T16:14:57+01:00",
"ocid": "ocds-b5fd17-f34a7c79-03b6-483d-bb0a-e8c00838d177",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_143358/594671",
"title": "HMP Thorn Cross-Fire Safety Improvement Works- Lot 1-BPRN No.503/14/1671",
"description": "Following a review of the Custodial Estate a priority list detailing the Fire Safety Improvement Requirements has been agreed with NOMS and Crown Property Inspection Group, (CPIG). HMP Thorn Cross is a site that needs to have Fire Safety Improvements carried out. As this project has H&S concerns, it is important that this does not delay the programme and the PSPs are asked to prepare the necessary resources to commit to the programme once appointed. The project requirement would be to provide fit for purpose Fire Safety Improvements that comply with current standards within the built environment and adhere to the requirements of the latest CPIG report. Specifically to improve the Fire Safety of HMP Thorn Cross's built environment by addressing the following key areas: * Detection, In-Cell detection and Fire Alarm improvement * Suppression, Fire suppression High Pressure Misting Hose Reel systems * Ventilation, Smoke Ventilation systems An indicative programme length from the appointment of the PSP, which we anticipate would be 5th June 2017 to undertake stage 2&3 concurrently, to develop the business case. PSP are also to identify and provide budget cost for any potential risk in developing the options appraisal including such as validation of M&E/structural services of the area of work etc. If the provider is of the view that further specialists work is required, a separate lump sum cost should be shown as 'Additional Services' together with details of what has been included. High Level programme from the appointment: Undertake Surveys 1 week Develop options appraisal and feasibility cost for the preferred option 5 weeks Develop Business Case (BJC); 1week The PM is to submit weekly pre-construction PPI 123 to ensure that the project is delivered on time to start works in Early November 2017 or sooner. For information, the project will be competed using the SAA framework Constructor for North Region from stage 5.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "North West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 50225,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-06-21T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-06-27T00:00:00+01:00",
"endDate": "2020-05-08T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-39199",
"name": "Ministry of Justice.",
"identifier": {
"legalName": "Ministry of Justice."
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"postalCode": "SW1H 9AJ",
"countryName": "England"
},
"contactPoint": {
"email": "categorymanagementestatesteam@justice.gov.uk",
"telephone": "020 3545 8556"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-60366",
"name": "Jacobs UK Limited",
"identifier": {
"legalName": "Jacobs UK Limited"
},
"address": {
"streetAddress": "5 First Street, Manchester M15 4GU"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-39199",
"name": "Ministry of Justice."
},
"awards": [
{
"id": "ocds-b5fd17-f34a7c79-03b6-483d-bb0a-e8c00838d177-1",
"status": "active",
"date": "2017-06-27T00:00:00+01:00",
"datePublished": "2017-06-27T16:14:57+01:00",
"value": {
"amount": 50225,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-60366",
"name": "Jacobs UK Limited"
}
],
"contractPeriod": {
"startDate": "2017-06-27T00:00:00+01:00",
"endDate": "2020-05-08T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/2bf3c73b-b109-4602-9bd7-e28cb80cf811",
"datePublished": "2017-06-27T16:14:57+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}