Project Management Services

  • HOPE SENTAMU LEARNING TRUST

F14: Notice for changes or additional information

Notice identifier: 2024/S 000-039843

Procurement identifier (OCID): ocds-h6vhtk-04c30c

Published 11 December 2024, 9:19am



Section one: Contracting authority/entity

one.1) Name and addresses

HOPE SENTAMU LEARNING TRUST

C/o Vale Of York Academy

YORK

YO306ZS

Contact

Elanor Hampshire

Email

procurement@hslt.academy

Telephone

+44 1904560033

Country

United Kingdom

Region code

UKE21 - York

UK Register of Learning Providers (UKPRN number)

10058624

Internet address(es)

Main address

https://hslt.academy/

Buyer's address

https://hslt.academy/


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Project Management Services

Reference number

HSLTPRMGT2025/2028

two.1.2) Main CPV code

  • 71541000 - Construction project management services

two.1.3) Type of contract

Services

two.1.4) Short description

The services required will include, but not be limited to:

I. The planning, management and execution of capital projects, including;

● Project management;

● Design & project lead, including but not limited to;

1. Architectural design;

2. Space planning;

3. Collation of specialist design; and

4. Detailed specifications.

● Contract administration;

● Employer's agent;

● Project cost management;

● Supplier management;

● Management of DBS and school requirements;

● Programme and risk management; and

● Development monitoring.

II. Formal annual planning meeting to be undertaken with the Chief Operating Officer and Trust

Operations Manager to review strategy and establish annual priorities;

III. Reporting on capital project progress to the Trust Operations team on a regular basis,

including on-site attendance;

IV. Site master planning and feasibility assessments;

V. Preparation of financial statements;

VI. Provision of advice to HSLT Management and Trust Board regarding Capital works;

8

VII. Provide surveying and inspections in relation to Capital works including;

● School & Academy Condition surveys and reporting (Building Fabric and M&E);

● Planned preventative maintenance;

● Repairs and maintenance;

● De-Carbonisation Fabric Surveys;

● Specific Defect Analysis;

● Quantity Surveying;

● Schedule of Accommodation Assessment (Capacity & Use);

● Measured Surveys and Plans;

● Fire Door Assessments;

● Roof and Drone Surveys;

● RAAC Surveys;

● Building Surveying; and

● Conservation & Historical Buildings (Optional).

VIII. Ensure health and safety standards are adhered to;

IX. Ensure Construction (Design and Management) Regulations 2015 (CDM 2015) compliance;

X. Implementation, management and coordination of early warning systems for each project;

XI. Management of snagging issues;

XII. Invoice checking;

XIII. Bid management and support;

XIV. Highlight any changes in requirements for the Trust;

XV. Highlight any potential grant funding relating to capital works available to the Trust,

supporting the development of the estates;

XVI. Assistance in obtaining planning permissions and approvals;

XVII. All staff working on premises will hold an enhanced DBS certificate; and

9

XVIII. Regular on-site support and project monitoring.

Technical Requirements

Minimum Requirement

I. Appropriate Project Management accreditations such as APM, and/or Prince 2

II. RICS accreditation

III. Membership of the Chartered Institution of Building Services Engineers

IV. Membership of the Association for Project Safety (APS)

V. Membership of the Chartered Institute of Building (CIOB)

Additional Specific Project Requirements

I. Membership of the Institution of Structural Engineers

II. Membership of the Institution of Civil Engineers

Procurement Requirements

I. Compliance with the Procurement Act 2023

II. Certificate of accreditation of completion of the Transforming Public Procurement Module on

the Government Commercial College website

III. Project outputs planning

IV. Financial checks on all tenderers

V. End to end Tender process

VI. Specification

VII. Social value, quality of work and price

VIII. Change control procedures

IX. Purchase order management

X. Planning permissions

XI. Budget management

XII. Application for payment checks

XIII. Ethical supply chain management

XIV. Use of the most up to date and relevant JCT Contracts

XV. Site management

XVI. Site security ensured in line with health and safety requirements


Section six. Complementary information

six.6) Original notice reference

Notice number: 2024/S 000-039444


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

IV.2

Instead of
Date

21 March 2025

Local time

3:00pm

Read
Date

12 December 2024

Local time

2:00pm