Published date: 8 January 2024

Last edited date: 25 January 2024

This notice was replaced on 14 June 2024

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 14 June 2024)

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.


Contract summary

Industry

  • Health and safety consultancy services - 71317210

Location of contract

IP17 1SP

Value of contract

£7,645,000

Procurement reference

Pre Construction H&S Consultant

Published date

8 January 2024

Closing date

12 February 2024

Closing time

5pm

Contract start date

1 April 2024

Contract end date

30 May 2026

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

Pre-Construction Health & Safety Consultant services for workstreams CH1, CH2, CH3, BP1, FLD1, FLD2, HR1, HR2, HR3, AC1, AC2, AC3, AC4, AD1, AD2 all as described in the Invitation to Tender. To include Principal Designer role also.


More information

Attachments

  • BPA Pre-Construction H&S Consultant ITT (1).zip
  • Bidding documents
  • Tender Clarification Number 3

    Q1.Principal Designer role. Please confirm if this is CDM Principal Designer (CDM PD) and / or Building Safety Act Principal Designer (BSA PD). This should be clarified to reflect current regulations. The BSA PD should have Primary Responsibility for co-ordinating the Building Regulations Application, not the Architect / Lead Designer

    A1. The new Building Safety Regulations (BSA) which came into force on 1st October 2023 introduces new requirements for higher risk buildings. Whilst the works being undertaken as part of the Capital Programme do not come under the class of "higher risk buildings" the PD / CDM role being procured will have to comply with these regulations which do include a need for review and coordination of the Building Regulations Application.

    Updated ITT (2.4.1) and scope of services to ensure this is understood.

Links

  • https://app.box.com/f/9f924d10d99a48a8a59aa14ebc0b4fc9
  • Bidding documents
  • Box link included for submission of Tenders.

    This link is to be used for tender submissions and is timed to close in line with the closing date published (12th February 17:00).

    Note Tenders are not to be sent via BPA website or direct to any BPA email addresses.

Additional text

Tender Clarification Number 4

An issued has been identified with the Appendix H pricing schedule affecting the summary sheet of the collection page, so if the old version is filled in, the values still carry over to the page, but the last phase is not included in the totals. To deal with this an updated schedule has been included as an additional document above or alternatively a manual adjustment to the formula to correct can be made

Tender Clarification Number 3 - Updated ITT (section 2.4.1) and scope of services in link above to reflect the role / requirements included in the Building Safety Regulations 2023.

Tender Clarification Number 2

Q1. We have reviewed the documents and note that the notice is separated out into four individual projects each under £2.5M construction cost, and that the notice states it is suitable for SMEs. We further note that insurance levels are set at £10M for Professional Indemnity and Public Liability, and that you have set a question asking if we would be prepared to obtain cover to these levels if our bid is successful. Can you please advise if we would be excluded from the opportunity by answering 'No' to the uplift to our insurance levels?

A1. The Works are not separated into four individual projects they are only set out like this in the pricing schedule to help us allocate for differing funding streams. The works are broken down into 15 workstreams and whilst the appointment will be for all workstreams they will be progressed and possibly contracted separately and will be signed off at each RIBA stage subject to funding availability, planning and listed building consent. The £10M requirement is a pre requisite for appointment so £10M cover is required.

Tender Clarification Number 1 following Tender query.

Q1. Could we please have the ITT document in Word format?

A1. We are not providing any of the documents in alternative format.

The workstreams are subject to funding being secured along with planning permission and listed building consent being obtained. The works will be signed off to proceed at each RIBA works stage subject to these variables.


About the buyer

Contact name

Ken Baines

Address

Snape Maltings Concert Hall
Saxmundham
IP17 1SP
England

Telephone

07970161832

Email

kbaines@brittenpearsarts.org