Published date: 26 January 2021

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 11 December 2020, 12pm

Contract summary

Industry

  • Architectural, construction, engineering and inspection services - 71000000

Location of contract

South East

Value of contract

£210,424.14

Procurement reference

Contract Award - 710396379 - TS to LTA LMOC

Published date

26 January 2021

Closing date

11 December 2020

Closing time

12pm

Contract start date

21 December 2020

Contract end date

1 September 2021

Contract type

Service contract

Procedure type

Call-off from a framework agreement

A mini-competition or direct purchase from a pre-established framework agreement.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Defence Estate Optimisation (DEO) Portfolio of projects is delivering the rationalisation and transition of the MoD Defence Estate to realise the NSS and BDE. The portfolio includes armed forces and civilian sites across England, Wales, Scotland and Northern Ireland; delivering improved facilities and sites together and any associated site disposals or re-provisions whilst enabling the strategic movement and relocation of units.

The DEO Portfolio works in unison with the Armed Forces; Generated Force (Army); Air, Navy and UK Support Command to achieve the programme, whilst the Armed Forces fulfil their operational, training and other requirements.

A DEO Project may cover changes to a site or multiple sites and be interconnected with other separate, but dependant, DEO projects. The DEO projects Programme and Project Initiation Documents (PgID and PIDs) provide a baseline of options for sites such as re-provision or disposal. A site disposal may lead to re-provision at multiple sites or locations. The baseline allows for the interlinked dependencies of projects within the portfolio to enable unit moves and site disposals etc. to achieve the future MoD estate, often on more than one site.

A preliminary value for money (VfM) analysis of multiple options for each military capability has narrowed the future site options for each unit within the PgID and its supporting PIDs; in most cases down to a single site. This work has been supported by site utilisation and capacity studies which identify each site's potential as a receiver site for different types of units and / or facilities.

Each individual PID identifies a Primary Option, which reflects the Preliminary VfM assessment within that PID and the compatibility of options across interlinked PIDs. In some cases, an Alternate Option is retained for detailed Assessment Study. Each PID also contains an analysis of a potential Do Nothing option, which have been determined to be non-sensible.

The Programme Concept of Analysis (CoA) sets the boundaries and responsibilities for the delivery of constituent projects by the Regional project delivery teams. The CoA also describes the methodology that will be used to assess the options to be tested through Outline Business Case (OBC) for the future delivery of the constituent projects within the Programme. It should be read in conjunction with the other key Programme Artefacts and Portfolio Artefacts and Policies.

The TSP shall deliver:

a. RIBA Stage two TSP deliverables and outcomes, together with support (DIO CPP stage 2) including:
(1) The Assessment Study (may be plural depending on the scope of requirements/studies by site).
(2) Deliverables and outcomes, together with support, including to the OBC and prerequisites such as support to the Project Assurance Group, Gateway Review Assurance and Scrutiny Board to the OBC.
as detailed within this TSOR, including, but not exclusively, Annex B and Annex D.


More information

Attachments


Award information

Awarded date

21 December 2020

Contract start date

21 December 2020

Contract end date

1 September 2021

Total value of contract

£210,424.14

This contract was awarded to 1 supplier.

ARCADIS LLP

Address

Arcadis House,34 York Way
LONDON
N1 9AB
GB

Reference

Companies House number: OC368843

Supplier is SME?

No

Supplier is VCSE?

No


About the buyer

Contact name

Andrew West

Address

Rm 2.1.02, Level 2, Kentigern House
Glasgow
G28EX
England

Email

andrew.west116@mod.gov.uk