Notice Information
Notice Title
Project Management and Associated Services Framework
Notice Description
Project Management Services Framework comprising four lots. The professional and technical services required by the local authority under this framework will include the following core service disciplines and may provide non-core service disciplines to the Contracting Authority. The Disciplines are detailed below: 1.1.1. Core Service Disciplines * Project Manager * Quantity Surveyor * Building Surveyor * Architectural services * Structural Engineer * Building Services Engineer * Principal Designer * Moves manager * Fire Engineer * CDM Client Adviser 1.1.2. Non-Core Service Disciplines * BIM Information Manager * BIM Co-Ordinator * Energy Efficiency Consultant * Building Conservation Consultant * Horticultural/tree specialist * Health and Safety Consultant * Fire Safety Consultant/Assessor * Leisure specialist
Lot Information
Lot 1 - Micro
For fees associated for project works up to PS50k
Lot 2 - SmallFor fees associated for project works up to PS500k
Lot 3:- MediumFor fees associated for project works up to PS1M. Additional information: Project management services in relation to construction works valued up to PS1,000,000
Lot 4: LargeFor fees associated for project works up to PS3M. Additional information: Project management services in relation to construction works up to PS2,000,000
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03167e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006795-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
71530000 - Construction consultancy services
71541000 - Construction project management services
72224000 - Project management consultancy services
Notice Value(s)
- Tender Value
- £7,200,000 £1M-£10M
- Lots Value
- £7,600,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Mar 20223 years ago
- Submission Deadline
- 18 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF LAMBETH
- Contact Name
- Robin Armstrong
- Contact Email
- rarmstrong@lambeth.gov.uk
- Contact Phone
- +44 02079260644
Buyer Location
- Locality
- LONDON
- Postcode
- SW2 1RW
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI45 Lambeth
-
- Local Authority
- Lambeth
- Electoral Ward
- Brixton Acre Lane
- Westminster Constituency
- Clapham and Brixton Hill
Further Information
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-h6vhtk-03167e-2022-03-14T06:24:45Z",
"date": "2022-03-14T06:24:45Z",
"ocid": "ocds-h6vhtk-03167e",
"description": "The value of the framework is between PS4 million and PS8 million",
"initiationType": "tender",
"tender": {
"id": "LB Lambeth",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Project Management and Associated Services Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
"mainProcurementCategory": "services",
"description": "Project Management Services Framework comprising four lots. The professional and technical services required by the local authority under this framework will include the following core service disciplines and may provide non-core service disciplines to the Contracting Authority. The Disciplines are detailed below: 1.1.1. Core Service Disciplines * Project Manager * Quantity Surveyor * Building Surveyor * Architectural services * Structural Engineer * Building Services Engineer * Principal Designer * Moves manager * Fire Engineer * CDM Client Adviser 1.1.2. Non-Core Service Disciplines * BIM Information Manager * BIM Co-Ordinator * Energy Efficiency Consultant * Building Conservation Consultant * Horticultural/tree specialist * Health and Safety Consultant * Fire Safety Consultant/Assessor * Leisure specialist",
"value": {
"amount": 7200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Micro",
"description": "For fees associated for project works up to PS50k",
"value": {
"amount": 1800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Lot 2 - Small",
"description": "For fees associated for project works up to PS500k",
"value": {
"amount": 1800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Lot 3:- Medium",
"description": "For fees associated for project works up to PS1M. Additional information: Project management services in relation to construction works valued up to PS1,000,000",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Lot 4: Large",
"description": "For fees associated for project works up to PS3M. Additional information: Project management services in relation to construction works up to PS2,000,000",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"deliveryLocation": {
"description": "SW2 1RW"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"deliveryLocation": {
"description": "SW2 1RW"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"deliveryLocation": {
"description": "SW2 1RW"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"deliveryLocation": {
"description": "SW2 1RW"
},
"relatedLot": "4"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43356&B=LBLAMBETH",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 200
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-03-18T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-03-31T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-03-31T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"where": {
"section": "11.1.4",
"label": "Description amended"
}
}
],
"description": "Deadline extended until 8 April 2022 at 12 Noon"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-03-18T12:00:00Z"
},
"newValue": {
"date": "2022-04-08T12:00:00+01:00"
},
"where": {
"section": "1v.2.2",
"label": "Tender Deadline"
},
"relatedLot": "All"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth",
"identifier": {
"legalName": "London Borough of Lambeth",
"id": "n/a"
},
"address": {
"streetAddress": "Town Hall, Brixton Hill",
"locality": "London",
"region": "UKI45",
"postalCode": "SW2 1RW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Robin Armstrong",
"telephone": "+44 02079260644",
"email": "rarmstrong@lambeth.gov.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43356&B=LBLAMBETH"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lambeth.gov.uk",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4330",
"name": "The Royal Courts of Justice",
"identifier": {
"legalName": "The Royal Courts of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth"
},
"language": "en"
}