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

Owner's Engineer

Great British Nuclear is aiming to procure up to two OEs as part of its Small Modular Reactor (SMR) programme. The OE will provide essential independent assurance to the Intelligent Customer and Intelligent Client for the relevant SMR project. This will support the deployment of first-of-a-kind nuclear technology in the UK and facilitate GBN's goal of reaching a Final Investment Decision(s) for up to two SMR projects. In particular, the OE will act as a 'client friend' to the Intelligent Customer and Intelligent Client and provide competent resource to undertake specification, oversight, audit, review and advice for decisions relating to design, scope, budget, risk, delivery and contract compliance.  It will also play the role of subject matter expert to deliver independent technical and delivery Line of Defence 2 assurance on major design and build contracts.  Each tenderer will be expected to be able to evidence how it will provide all of the capabilities outlined in the Technical ability section of the questions relating to the conditions of participation. The total contract value of £600m stated in this notice assumes that GBN will award two OE contracts (one for each planned SMR project), each with a total contract value of up to £300m. The actual value will depend on a number of factors. GBN reserves the right not to proceed with two SMR projects. The duration of the OE contract(s) is not yet confirmed. This notice envisages a 14-year term, but please note that GBN will set a completion date once the outcome of the SMR Technology Partner procurement is known. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer. https://beisgroup.ukp.app.jaggaer.com/

Katy Reed

Published 19 hours ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 1 day ago

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