Building Safety Consultancy - Framework Agreement

Award

Value

£24,900,000

Classifications

  • Architectural, construction, engineering and inspection services
  • Architectural, engineering and surveying services
  • Engineering services
  • Analysis services
  • Technical inspection services

Tags

  • award
  • contract

Published

1 year ago

Description

Portsmouth City Council - the 'council'  invited tenders from suitably qualified and experienced consultants for inclusion on a new multi-supplier fire & building safety services framework agreement.
The framework agreement will be used to source relevant services
required to fulfil the council's landlord duties in respect of its portfolio of 15,000 social housing properties and 900 corporate assets. The scope of relevant framework services is summarised within Section II.2.4. below.
The framework agreement may also be accessed by Gosport Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities.
Three consultants have been appointed a place on the framework agreement on a ranked basis. Summary information on how the framework agreement will operate is set out within Section II.2.4. below.
The framework agreement has been established via, and concurrently with, the award of two significant council call off contracts, being 
1) 18m+ Project Contract  for 36 weeks and 
2) Individual Surveys Contract for 2 years + optional ext. up to 5 years, 
details of which are summarised within Section II.2.4. below.
Tenderers submitted bids for both contracts and the council awarded both contracts to the overall highest scoring tenderer, F R Consultants Ltd, who was also appointed as the number 1 ranked consultant on the framework agreement. 
Bailey Partnership LLP and Vemco Consulting Ltd were awarded 2nd and 3rd place on the framework respectively.
The framework agreement will run for a duration of 4 years from 10th August 2023 to 10th August 2027.
Total spend let via the framework agreement over the 4-year term is estimated at between £2.2M - £8.3M based upon the breakdown set out below:
• Portsmouth City Council - Call Off Contract 1 '18m+ Project' = £1.2M - £2M
• Portsmouth City Council - Call Off Contract 2 'Individual Surveys' = £1M - £1.5M (over max 5
year term)
• *Portsmouth City Council - Call Off Contract 3 '11-18m Blocks' = £2.5M - £3M
• **Gosport Borough Council = £400,000 - £600,000
• **SCC Demand = £800,000 - £1.2M
*This call off contract will only be let in the event that the Building Safety Regulator reduces the height of "higher risk" buildings to 11m during the term of the framework agreement. 
**These estimates are based upon values which were provided by each of the named Contracting Authorities. The council provides no guarantee in respect of the accuracy of these estimates or any guarantee that the Contracting Authorities will call off from the framework agreement.
The value of individual surveys commissioned via council (Call Off Contract 2) is expected to vary form between £500 to £15,000 per building. However, the council may also commission packages of surveys which may be of a higher value. These ranges are purely indicative and no minimum or maximum values for surveys or packages of surveys will apply.
The Council established the framework in accordance with the Open Procedure in accordance with Public Contracts Regulations 2015.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

The Canyons MCZ DY200 eQA drop camera analysis

2. Project Summary In September 2025, NOC and JNCC conducted a survey aboard the RSS Discovery (DY200) gathering evidence to monitor The Canyons MCZ and inform assessment of the condition of the designated features of the site. The Canyons MCZ is in the far south-west corner of the UK continental shelf and is unique within the context of England's largely shallow seas due to its depth, sea-bed topography and the coral features it contains. The designated features of The Canyons MCZ are listed in Table 1. More information on The Canyons MCZ can be found in the JNCC site information centre (https://jncc.gov.uk/our-work/the-canyons-mpa/). Table 1 Designated features of The Canyons MCZ Protected Feature Feature Type Deep-sea bed Broadscale marine habitat Cold-water coral reefs Feature of Conservation Importance Coral gardens Feature of Conservation Importance Sea-pen and burrowing megafauna communities Feature of Conservation Importance Figure 1 Location of The Canyons MCZ in the context of Marine Protected Areas proximal to the site with existing multibeam data from previous surveys to The Canyons MCZ from the MESH 2007, JC125 (2015) and JC237 (2022) surveys, and EMODnet bathymetry. 3. Project Aims JNCC wishes to commission a contract to undertake the external quality assurance (eQA) analysis of seabed imagery (still images and video) collected on the DY200 survey via drop frame camera. More detailed metadata will be provided as well as information from logs and the survey report. There are also representative images from the DY200 survey shown in Appendix E. Table 2 Number of stills and hours of video data to be analysed from DY200. Data type Quantity Drop camera video 5 hours video Drop camera stills 300 images AUV images 100 images The following will be supplied to the successful contractor: • Access to BIIGLE project with all stills, video and label trees. o Please email the contacts for technical information (see page 1) if you would like to be added as a guest to the BIIGLE project to review the imagery. • Epibiota Quality Assurance Framework Proforma spreadsheets 4. Original Project Objectives To meet the overall aims of this project, the objectives for the original analysis were: 1. Analysis of stills and video taken with the drop-camera system 2. Provide substrate and taxonomic image reference collections for each substrate type and taxon identified from imagery. 3. Produce a final analysis report including, at a minimum, sections detailing the methodology, results , and details of all QA work undertaken with any remedial action deemed necessary. The report should be no longer than 10,000 words including all tables and appendices and be provided electronically via email as a Microsoft Word document. 4. Create a subset of stills annotated in a way suitable to act as training data for artificial intelligence. The contractor must: • Undertake the analysis as set out below and adhering to the NMBAQC Epibiota interpretation guidelines (Turner et al, 2016). Please note these guidelines are currently being updated by JNCC - the contractor must check with JNCC if the updated guidelines are available when the contract starts. • Use BIIGLE to annotate video and stills as described below. Alternative image annotation software may be used subject to agreement with the project officer. • Ensure that stills and video references used in analysis outputs are identical to those used in the naming of the original media to enable future reconciliation between data and media. If identical naming is not possible, a suitable alternative should be sought with JNCC. Some information, where specified, may be recorded directly into the proformas provided. The majority will be recorded first into BIIGLE and then used to populate the proforma. No analysis additional to what is described in this document is required. Any deviation from this methodology should be approved in writing by the project officer. 4.1. Analysis of video data from drop-camera Video should be analysed in BIIGLE using the label trees shown in Table 2. A high-level review should be conducted as described in section 2.1 of Turner et al (2016). Annotations can be added to videos as either tier 1 or tier 2 annotations depending on the label tree used. More details on the video annotation tiers and how they should be applied are provided in Appendix A. Video will be analysed to extract the following information (all information should be recorded using the provided BIIGLE label trees, unless specified otherwise): 1. Video should be segmented into areas of continuous broadscale seabed habitat type (detailed in step 2) greater than or equal to 5 m along transect distance; JNCC will provide positional information for this purpose. The segment label tree should be used to delineate these segments and labels from other trees should be attached to each segment using the "add label" tool in BIIGLE. 2. The Marine Habitat Classification of Britain and Ireland (v 22.04) will be used, and a new segment should be started if the habitat classification changes. 3. Each segment will be assigned image quality scores using labels from the following two label trees. Further analysis of video segments will be dependent on the image quality score. For example, if a segment is given a score of zero, no further analysis should be carried out for that segment. a. NMBAQC image quality, a summary of these scores is shown in Table 4 and described in more detail in section 2.1 of Turner et al (2016). b. JNCC image quality, a summary of these labels is shown in Table 74. 4. Identify evidence of anthropogenic impacts on the seabed: a. Use the litter label tree to record the presence of litter using the categories listed in Annex 5.1 of the Joint Research Centres Guidance on Monitoring of Marine Litter in European Seas6. b. Use the Anthropogenic label tree to annotate trawl marks or anthropogenic impacts other than litter. This will not be a complete label tree and new labels may need to be added to the label tree. 5. Use the biotope label tree to assign biotopes, up to level 6 of the Marine habitat classification of Britain and Ireland hierarchy and in accordance with Parry (2019)7. A reference collection of representative images must be provided for each discreet habitat and biotope identified.   Table 3 Label trees for video annotation and the annotation type which should be used for each label tree Video analysis label tree Video annotation type Segment Tier 1 Marine habitat classification of Britain and Ireland (v 22.04) Tier 1 JNCC image quality Tier 1 NMBAQC image quality Tier 1 Biotope Tier 1 Coral Gardens (Henry and Roberts, 2014) (See Appendix D) Tier 1 Seapen and Burrowing Megafauna (please note the definition of this FOCI currently being updated by JNCC - see Appendix B) Tier 1 Deep Sea Sponge Aggregations (Henry and Roberts, 2014) Tier 1 Coral Reef (if present) Tier 1 Burrows Tier 1 Litter Tier 2 Anthropogenic Tier 2 Table 4 Summary of NMBAQC image quality categories (Turner et al., 2016) Table 5 JNCC image quality categories • Imagery quality level • Description • Fauna • Most fauna can be identified (e.g. including smaller taxa such as brittlestars etc.) • Conspicuous fauna • Large and conspicuous fauna can be identified (e.g. sponges, soft corals etc.) • Substrate • The substrate type can be identified, but the fauna cannot (e.g. the water column is obscured / the camera is too high off the seabed) • Zero • No visibility of the seabed, substrate cannot be identified. 4.2. Analysis of stills data from drop-camera Stills should be analysed in BIIGLE using the label trees shown in Table 5. Annotations should be added to stills as either tier 1 or tier 2 labels depending on the label tree used. Some tier 1 labels may be added directly into the proforma (see below). More details on the still annotation types and how they should be applied are provided in Appendix A. Table 6 Label trees for stills annotation and the annotation type which should be used for each label tree Stills analysis label tree Stills annotation type NMBAQC image quality Tier 1 JNCC image quality Tier 1 Substrate Tier 1 Biota Tier 2 Laser points Tier 2 Litter Tier 2 Anthropogenic Tier 2 Stills will be analysed to extract the following information: 1. Each still will be assigned image quality scores using labels from the following two label trees. Further analysis of the still image will be dependent on the image quality score. For example, if a still image is given a score of 'very poor' and 'substrate', no taxonomic identification should be carried out for that still image. a. NMBAQC image quality, a summary of these scores is shown in Table 3 and described in more detail in section 2.1 of Turner et al 2016. b. JNCC image quality, a summary of these labels is shown in Table 74. 2. Identification and enumeration of epifauna, JNCC will provide a reference collection built from images previously taken in these sites. Annotations made using the Biota label tree. For each still image being analysed, identify, and quantify all8: a. Solitary and/or erect epifaunal species present. b. Bioturbation traces using counts (achieved by using the point annotation tool within BIIGLE). c. Colonial and/or encrusting epifaunal species present as far as possible (using percentage cover (achieved by using the polygon, magic wand, or brush tools within BIIGLE). 3. Record substrate type and Faunal Turf cover to nearest 10% directly to proforma.

Katy Reed

Published 17 hours ago
Open

WYCA - 22 Stations - Design Development

WYCA - 22 Stations - Design Development - Site survey of 22 stations along with associated design activities in line with the below: •Development of a detailed Bill of Quantities (BoQ) aligned with the specific standards and requirements detailed in this tender. Compile of a complete set of B of Q’s highlighting all works & materials required broken down by station. •Production of design proposals that clearly illustrate the proposed interventions at each station, including layouts, General Arrangement and locations of proposed key features such as accessible toilet pods, step-free routes, compliant signage, and tactile surfaces. •Pre-feasibility. Option selection. (GRIP 1-3)* •As part of the work the reliability and maintainability of equipment is to be considered. •The work should consider extent of station lease boundary, and any changes required to accommodate the works. Any access permits/ consents will be obtained by the PC i.e. listed building & LLC. •All required legislation and applicable standards to be identified and compliance to be evidenced. •It is to be assumed there will be a need to involve Network Rail ASPRO therefore it is for the Contractor to provide a fee for attendance to design review meetings, IDC Meeting in accordance with NR/L2/CIV/003 standards. * •All utility requirements such as water, sewage and power are to be considered. •Ensure that all relevant proposed access and egress routes from any new equipment installed are to be DDA compliant. •Review of current access and entry routes ensuring they are compliant with DDA requirements. To propose interventions to align with Accessibility legislation/ compliance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. For more information about this opportunity, please visit the Delta E-Sourcing Portal at: https://www.delta-esourcing.com/respond/B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995537352

Katy Reed

Published 20 hours ago
Open

24/033 - Qualification System for the provision of Engineering, Procurement and Construction Services for South West Scotland Onshore System (SWSOS)

GNI and GNI (UK) are seeking experienced EPCS contractors to deliver a series of critical infrastructure upgrades as part of the SWSOS Decarbonisation Programme, a cornerstone of our commitment to achieving Net Zero by 2050. This tender covers multiple work packages, including the design, procurement, construction, and integration of new electric drive compressor halls across operational sites in Scotland. The successful contractor will manage complex interfaces between new and existing assets, ensuring seamless integration of mechanical, electrical, and control systems, while adhering to stringent cybersecurity and safety standards. This initiative represents a strategic investment in sustainable energy infrastructure and offers an opportunity to collaborate on projects of significant scale and impact within a multinational framework. SCOPE OF REQUIREMENTS: The scope of this tender encompasses overall project management and delivery across multiple work packages, including but not limited to the following: • Detailed Design Procurement o Procurement of detailed design for new compressor halls, based on the GNI suite of functional specifications. • Materials Procurement o Mechanical materials: high-pressure pipework, valves, and fittings. o Electrical materials: interconnecting cabling and junction boxes. o Instrumentation materials: transmitters and data cabling. Note: The second-stage tender process (CFC) will confirm the final requirements and clarify the full scope boundaries for the electric motor drive (EMD) package and the contractor's scope. • Construction Activities o Construction of new compressor halls. o Completion of all civil works, including excavations, foundations, structural steel, compressor foundations, and ancillary electrical buildings. o Installation of interconnecting pipework, electrical and control cabling, and junction boxes. • Integration and System Tie-ins o Integration of new electric drive compressors into the existing fleet of gas turbines. o Mechanical, electrical, and control system tie-ins at operational compressor stations across GNI UK sites in Scotland. • Security and Cybersecurity o Installation of security systems and implementation of cybersecurity controls in line with GNI specifications. • Testing and Commissioning o Full responsibility for FAT and SAT activities. o Commissioning and start-up of all new systems. Additional Scope Notes: • GNI may procure electric motor drive (EMD) packages separately. • GNI will manage all permitting and planning permissions. • GNI will separately upgrade incoming site electrical supply to power the new EMD packages. Indicative EPCS Scope Boundary: The EPCS scope is envisaged to cover all elements required for the delivery of an electric drive compressor station as outlined above. A more detailed scope is provided within the Appendices of the Qualification System Questionnaire documents.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Service

[email protected]

+44 2392688235

+44 2079476000

Timeline complete

Publish
Bid
Evaluate
Award
Complete