Published date: 14 July 2021

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 13 August 2021, 12pm

Contract summary

Industry

  • Architectural, construction, engineering and inspection services - 71000000

  • Architectural and related services - 71200000

  • Advisory architectural services - 71210000

    • Architectural design services - 71220000

    • Architectural services for buildings - 71221000

    • Architectural services for building extensions - 71223000

    • Organisation of architectural design contests - 71230000

    • Feasibility study, advisory service, analysis - 71241000

    • Project and design preparation, estimation of costs - 71242000

    • Calculation of costs, monitoring of costs - 71244000

    • Approval plans, working drawings and specifications - 71245000

    • Determining and listing of quantities in construction - 71246000

    • Supervision of building work - 71247000

    • Supervision of project and documentation - 71248000

    • Architectural, engineering and surveying services - 71250000

    • Architectural and building-surveying services - 71251000

    • Consultative engineering and construction services - 71310000

    • Civil engineering consultancy services - 71311000

    • Structural engineering consultancy services - 71312000

    • Environmental engineering consultancy services - 71313000

    • Environmental impact assessment for construction - 71313400

    • Building services - 71315000

    • Hazard protection and control consultancy services - 71317000

    • Fire and explosion protection and control consultancy services - 71317100

    • Advisory and consultative engineering services - 71318000

    • Engineering design services - 71320000

    • Quantity surveying services - 71324000

    • Foundation-design services - 71325000

    • Ancillary building services - 71326000

    • Load-bearing structure design services - 71327000

    • Urban planning and landscape architectural services - 71400000

    • Construction-related services - 71500000

Location of contract

East of England

Value of contract

£500,000 to £8,000,000

Procurement reference

20210714173037-32209

Published date

14 July 2021

Closing date

13 August 2021

Closing time

12pm

Contract start date

11 January 2022

Contract end date

9 January 2026

Contract type

Service contract

Procedure type

Restricted procedure

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Seven Force Strategic Collaboration consisting of Norfolk, Suffolk, Essex, Kent, Cambridgeshire, Hertfordshire & Bedfordshire Police Service including Kent and Essex Fire & Rescue service, wishes to deliver a single consistent approach to its contractual arrangements for all Forces within its scope for a multi-disciplinary Construction Consultancy service to deliver savings and to encourage local SME participation utilising JCT or NEC contracts dependent on Force / Project

Each Authority has its own Estates and Facilities Department and is responsible for the management of Property within their own Constabularies / Fire and Rescue Service. The departments provide a comprehensive estate and property management service which comprises an on-going maintenance, refurbishment and building plan. The estate portfolio comprises of police stations, specialist complexes, Headquarters and Police Investigation Centres and Fire & Rescue premises within the Kent and Essex lot.

The Estates Strategy of the Forces involves an investment plan to upgrade existing accommodation and to replace or dispose of the stock that does not feature in the long-term plans of the Forces. It also includes an increasing focus on the "one Public Estate" and site sharing with partners, including the Fire and Ambulance Services. The age, style and construction forms of the built assets are varied.

For the framework to be successful, it is important to the Authority that the Partner is based in the region and has local experience and knowledge of the local supply chain. When engaging local SME's, the Consultant will be responsible for ensuring they have been pre-qualified and have had appropriate quality and security checks.

Consultants must be able to physically attend our sites when required and have quarterly meetings. It is the Authorities intention to have a dedicated Consultancy for each Lot, and to award this contract to four separate consultancy firms (limit 1 lot per organisation in any group) although the Authorities reserve the right to award multiple Lots to one Supplier / another organisation if the benefit is deemed significant


About the buyer

Contact name

Adrian Woodmore

Address

Police Headquarters, Martlesham Heath
Ipswich
IP5 3QS
ENG

Telephone

+44 07817154221

Email

adrian.woodmore@essex.police.uk

Website

www.suffolk.police.uk