Award

HMP Thorn Cross-Fire Safety Improvement Works- Lot 1-BPRN No.503/14/1671

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Award

27 Jun 2017 at 15:14

Summary of the contracting process

The procurement process is managed by the Ministry of Justice for the "HMP Thorn Cross-Fire Safety Improvement Works - Lot 1-BPRN No.503/14/1671" project, which pertains to construction project management services. This project is situated in the North West of England and is currently in the Award stage following the tender, which closed on 21st June 2017. The contract was awarded on 27th June 2017 for a total value of £50,225, with the project's duration extending until 8th May 2020. The procurement method employed was an open procedure, allowing for competitive bids from various suppliers.

This tender presents substantial opportunities for businesses within the construction and engineering sectors, especially those specialising in fire safety improvements and facility management services. Companies that can offer innovative fire safety solutions, including detection, suppression, and ventilation systems, would be particularly well-suited to compete. The focus on comprehensive fire safety upgrades at HMP Thorn Cross indicates a demand for experienced contractors capable of not only meeting regulatory standards but also managing health and safety considerations throughout the project lifecycle.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

JACOBS

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-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"
                }
            ]
        }
    ]
}