Notting Hill Genesis: Consultants Framework for Development Programme

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Consultants Framework for Development Programme
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Restricted
Short Description: Notting Hill Genesis (NHG) is procuring a framework of consultants to support a development programme for the delivery of new homes across London.
Published: 09/09/2021 18:51
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Building consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 2038150000, Email: procurementteam@nhg.org.uk
             Contact: NHG Procurement Team
             Main Address: https://www.nhg.org.uk, Address of the buyer profile: https://www.nhg.org.uk/about-us/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./Z25E64A847
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Consultants Framework for Development Programme       
      Reference Number: PROC1324
      II.1.2) Main CPV Code:
      71315200 - Building consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Notting Hill Genesis (NHG) is procuring a framework of consultants to support a development programme for the delivery of new homes across London.       
      II.1.5) Estimated total value:
      Value excluding VAT: 81,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 12
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers wishing to bid for Lot 1 ‘Architects (General)’ and/or Lot 2 ‘Architects (Small/Specialist Works)’ must select only one of these lots and submit an SQ response for that lot. Tenderers are not able to apply for both Lots 1 and 2.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Architects (General)       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71240000 - Architectural, engineering and planning services.
      71251000 - Architectural and building-surveying services.
      71210000 - Advisory architectural services.
      71315400 - Building-inspection services.
      71315200 - Building consultancy services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 1 is primarily intended for practices with an established track record for large scale residential and mixed-use development with complex project requirements and site conditions.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 24,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 35
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 2
      
      II.2.1) Title: Architects (Small/Specialist Works)       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      71200000 - Architectural and related services.
      71210000 - Advisory architectural services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71240000 - Architectural, engineering and planning services.
      71251000 - Architectural and building-surveying services.
      71315200 - Building consultancy services.
      71315400 - Building-inspection services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential, mixed-use, or non-residential developments. Developments/projects usually less than around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 2 is primarily intended for smaller or more specialist practices who may not have an established track record for large scale residential/mixed-use development. Projects may include small new-build residential developments, buildings/plots within a larger development site or masterplan, commercial unit fit-out design, marketing suites, meanwhile uses, community buildings, refurbishment, redevelopment.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 3
      
      II.2.1) Title: Landscape Architects       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      71420000 - Landscape architectural services.
      71400000 - Urban planning and landscape architectural services.
      71222000 - Architectural services for outdoor areas.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of landscape architecture and public realm services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Landscape and public realm design and associated services at various RIBA stages. General landscaping and public realm advice.Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 4
      
      II.2.1) Title: Planning Consultants       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      71410000 - Urban planning services.
      71240000 - Architectural, engineering and planning services.
      71400000 - Urban planning and landscape architectural services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of planning consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Planning policy review, strategy, research, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports and statements. Project team co-ordination and programme management for planning-related activities and submissions. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 3,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 5
      
      II.2.1) Title: Transport and Highways Consultants       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      71311200 - Transport systems consultancy services.
      71311210 - Highways consultancy services.
      71410000 - Urban planning services.
      71240000 - Architectural, engineering and planning services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of transport and highways consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Transport and highways policy review, strategy, research, surveys, modelling, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports, statements, plans, drawings and specifications. Support to design consultants at various RIBA stages. Transport and highways related design where required. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 6
      
      II.2.1) Title: Civil and Structural Engineers       
      Lot No: Lot 6       
      II.2.2) Additional CPV codes:
      71311000 - Civil engineering consultancy services.
      71312000 - Structural engineering consultancy services.
      71315200 - Building consultancy services.
      71530000 - Construction consultancy services.
      71250000 - Architectural, engineering and surveying services.
      71322000 - Engineering design services for the construction of civil engineering works.
      71300000 - Engineering services.
      71320000 - Engineering design services.
      71240000 - Architectural, engineering and planning services.
      71315400 - Building-inspection services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of civil and structural engineering services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Civil and structural engineering design and associated services at various RIBA stages. General civil and structural engineering advice. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 7,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 7
      
      II.2.1) Title: Mechanical and Electrical Consultants       
      Lot No: Lot 7       
      II.2.2) Additional CPV codes:
      71321000 - Engineering design services for mechanical and electrical installations for buildings.
      71333000 - Mechanical engineering services.
      71334000 - Mechanical and electrical engineering services.
      90731100 - Air quality management.
      71313200 - Sound insulation and room acoustics consultancy services.
      71314300 - Energy-efficiency consultancy services.
      71300000 - Engineering services.
      71320000 - Engineering design services.
      71240000 - Architectural, engineering and planning services.
      71315000 - Building services.
      71313000 - Environmental engineering consultancy services.
      71314000 - Energy and related services.
      71315400 - Building-inspection services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of M&E / building services / energy performance / environmental design services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. M&E / building services / energy performance / environmental design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 7,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 8
      
      II.2.1) Title: Cost Consultants       
      Lot No: Lot 8       
      II.2.2) Additional CPV codes:
      71242000 - Project and design preparation, estimation of costs.
      71324000 - Quantity surveying services.
      71244000 - Calculation of costs, monitoring of costs.
      71246000 - Determining and listing of quantities in construction.
      71240000 - Architectural, engineering and planning services.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of cost management / quantity surveying services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Cost management / quantity surveying services at various RIBA stages. Production of estimates, cost plans and reports. Cost-related strategy, analysis, value engineering. Project administration and programme management support where required. Post-contract cost management including valuations, cash flow reporting and variations. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 9
      
      II.2.1) Title: Employer's Agents       
      Lot No: Lot 9       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      71315300 - Building surveying services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71530000 - Construction consultancy services.
      71244000 - Calculation of costs, monitoring of costs.
      71246000 - Determining and listing of quantities in construction.
      71248000 - Supervision of project and documentation.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of Employer’s Agent services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build or S106 development agreements but may take any form. Post-contract cost management. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 18,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 10
      
      II.2.1) Title: Project Managers       
      Lot No: Lot 10       
      II.2.2) Additional CPV codes:
      71541000 - Construction project management services.
      71315300 - Building surveying services.
      71324000 - Quantity surveying services.
      71317210 - Health and safety consultancy services.
      71530000 - Construction consultancy services.
      71244000 - Calculation of costs, monitoring of costs.
      71246000 - Determining and listing of quantities in construction.
      71248000 - Supervision of project and documentation.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of project management services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects will usually be large (e.g. in excess of 400 units) and/or complex, but may be any size or contract value. Project management and development management support at all RIBA stages, including acting as Lead Consultant. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build and/or joint venture development agreements but may take any form. Post-contract cost management. Joint Venture Supervisor services where required. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 11
      
      II.2.1) Title: Valuers       
      Lot No: Lot 11       
      II.2.2) Additional CPV codes:
      70121000 - Building sale or purchase services.
      70121100 - Building sale services.
      71315300 - Building surveying services.
      70311000 - Residential building rental or sale services.
      70121200 - Building purchase services.
      70000000 - Real estate services.
      70110000 - Development services of real estate.
      70120000 - Buying and selling of real estate.
      70300000 - Real estate agency services on a fee or contract basis.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of valuation services to support the employer’s investment decisions and general business activities. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Carry out valuations and produce valuation reports, for a variety of purposes and on a variety of bases, in accordance with RICS professional standards. Including formal ‘Red Book’ valuations as well as informal valuation advice where required. Various additional services relating to development and/or the built environment, where consultants can offer these – e.g. other/specialist valuation services, real estate agency and brokerage advice/ instructions, strategic development advice / sales and marketing advice, financial viability assessments, CPO services, stock optimisation services.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 12
      
      II.2.1) Title: Purchase & Repair Consultants       
      Lot No: Lot 12       
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      71247000 - Supervision of building work.
      71315400 - Building-inspection services.
      71317210 - Health and safety consultancy services.
      71530000 - Construction consultancy services.
      71541000 - Construction project management services.
      71520000 - Construction supervision services.
      71248000 - Supervision of project and documentation.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of building surveying and project management services, primarily in relation to the acquisition and/or refurbishment of housing stock (houses and/or flats), and in particular NHG’s P&R (Purchase & Repair) programme. Primarily suburban sites in Greater London. Carry out pre-acquisition surveys and produce reports. Project management for refurbishment works – prepare specifications for refurbishment works, manage and monitor costs, manage appointment of contractors, act as contract administrator/employer’s agent for building contracts, monitor progress, and carry out inspections. General construction and refurbishment-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       
II.2) Description Lot No. 13
      
      II.2.1) Title: Clerk of Works       
      Lot No: Lot 13       
      II.2.2) Additional CPV codes:
      71315400 - Building-inspection services.
      71000000 - Architectural, construction, engineering and inspection services.
      71630000 - Technical inspection and testing services.
      71631300 - Technical building-inspection services.
      71530000 - Construction consultancy services.
      71520000 - Construction supervision services.
      71248000 - Supervision of project and documentation.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      UKI LONDON
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Provision of a range of construction site inspection and monitoring services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Monitor and report on construction progress, site conditions, health & safety, and quality/compliance of works undertaken by the build contractor/developer. Carry out site inspections – including regular, key stage, benchmarking, witnessing, testing/commissioning, snagging, de-snagging, and end-of-defects inspections. Check completed work against contract drawings, specifications, instructions, and standards. General construction-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: NHG reserves the right to extend this framework by a further period of up to 24 months (i.e. 4 years + 2 years). Please refer to the SQ documentation for further justification for the framework extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 20
             
      Objective criteria for choosing the limited number of candidates: Please refer to SQ documentation for further details relating to criteria.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Z25E64A847       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      There are specific professional memberships/accreditations required to participate in this procurement — Please refer to procurement documentation for full detail.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 137               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: NHG wish to work collaboratively using longer term relationships with the framework members to meet challenges of the forthcoming changes to laws and regulations for fire and building safety, which will likely exceed a 4-year period. The number/value of opportunities are not guaranteed, therefore a longer period will provide framework members an opportunity to gain a return on the investment.    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/10/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/01/2022       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

ABOUT US: Notting Hill Genesis (NHG) is one of the leading housing associations and residential developers in the Greater London area. Following the 2018 merger between Notting Hill Housing and Genesis Housing Association, NHG now manages over 66,000 homes across London and the South East. NHG is maintaining a strong development pipeline of residential and mixed-use sites, targeting the delivery of 7,000 new homes over a 5-year period.

This framework will be available for use by any entity within the same group of companies as NHG from time to time (the current list can be found at https://www.nhg.org.uk/about-us/who-we-are/current-members-of-the-group/ and any entity or joint venture company that NHG or any other NHG Group Member holds an interest in from time to time. NHG may also (at its sole discretion) permit use of the framework by any other contracting authority that is a provider of social housing operating in the Greater London area . There will be no usage fee for other contracting authorities to use the framework. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Due to the increasing demand for additional housing across London this Framework may present a significant opportunity for the selected framework participants and these organisations.

FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that services totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities more extensively than anticipated.

REQUIREMENTS FOR PARTICIPATION: Any supplier submitting a tender response must be able to demonstrate that it meets NHG’s minimum requirements for participation, in order for its tender response to be evaluated by NHG. Details of the minimum requirements for participation are set out in the SQ. We encourage any supplier considering submitting a tender response to first satisfy themselves that they can meet these minimum requirements, prior to investing time in producing a SQ response. In the event that any supplier is unsure about their ability to meet the minimum requirements or wishes to seek clarification about the minimum requirements, the supplier should contact NHG as soon as possible via the clarification process set out in the SQ.

NUMBER OF FRAMEWORK MEMBERS: The number of tenderers NHG intends to appoint for each lot as an outcome of this procurement process is provided in the SQ document. However, we reserve the right to appoint either more or less than the number of Tenderers set out in the SQ document at our sole discretion.

OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-consultancy-services./Z25E64A847

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z25E64A847
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Court of Justice
       The Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Service
       70 Whitehall, London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 09/09/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Building consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Genesis
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 2038150000, Email: Declan.Burns@nhg.org.uk
       Contact: Declan burns
       Main Address: https://www.nhg.org.uk, Address of the buyer profile: https://www.nhg.org.uk/about-us/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Consultants Framework for Development Programme            
      Reference number: PROC1324

      II.1.2) Main CPV code:
         71315200 - Building consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Notting Hill Genesis (NHG) is procuring a framework of consultants to support a development programme for the delivery of new homes across London.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 81,500,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Architects (General)   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.
            71240000 - Architectural, engineering and planning services.
            71251000 - Architectural and building-surveying services.
            71210000 - Advisory architectural services.
            71315400 - Building-inspection services.
            71315200 - Building consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 1 is primarily intended for practices with an established track record for large scale residential and mixed-use development with complex project requirements and site conditions.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 30 suppliers are appointed to Lot 1. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Architects (Small/Specialist Works)   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71210000 - Advisory architectural services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.
            71240000 - Architectural, engineering and planning services.
            71251000 - Architectural and building-surveying services.
            71315200 - Building consultancy services.
            71315400 - Building-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of architectural services. Primarily urban or suburban sites in Greater London. Primarily new-build residential, mixed-use, or non-residential developments. Developments/projects usually less than around 50 residential units, but may be any size or contract value. Architectural design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these. NHG and other framework users may appoint architects for any project from Lot 1 or Lot 2 at their discretion. However, Lot 2 is primarily intended for smaller or more specialist practices who may not have an established track record for large scale residential/mixed-use development. Projects may include small new-build residential developments, buildings/plots within a larger development site or masterplan, commercial unit fit-out design, marketing suites, meanwhile uses, community buildings, refurbishment, redevelopment.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Please note this Contract Award Notice does not apply to Lot 2 - Architects (Small/Specialist Works) due to a delay in the project. Once the Procurement process has been completed the Award Notice for Lot 2 Architects (Small/Specialist Works) will be issued via a corrigendum to this Notice.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Landscape Architects   
      Lot No:Lot 3

      II.2.2) Additional CPV code(s):
            71420000 - Landscape architectural services.
            71400000 - Urban planning and landscape architectural services.
            71222000 - Architectural services for outdoor areas.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of landscape architecture and public realm services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Landscape and public realm design and associated services at various RIBA stages. General landscaping and public realm advice.Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 12 suppliers are appointed to Lot 3. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Planning Consultants   
      Lot No:Lot 4

      II.2.2) Additional CPV code(s):
            71410000 - Urban planning services.
            71240000 - Architectural, engineering and planning services.
            71400000 - Urban planning and landscape architectural services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of planning consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Planning policy review, strategy, research, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports and statements. Project team co-ordination and programme management for planning-related activities and submissions. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 20 suppliers are appointed to Lot 4. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Transport and Highways Consultants   
      Lot No:Lot 5

      II.2.2) Additional CPV code(s):
            71311200 - Transport systems consultancy services.
            71311210 - Highways consultancy services.
            71410000 - Urban planning services.
            71240000 - Architectural, engineering and planning services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of transport and highways consultancy services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Transport and highways policy review, strategy, research, surveys, modelling, assessments, analysis, appraisals, briefings, design review, applications, appeals, negotiations, consultation and communications. Production of reports, statements, plans, drawings and specifications. Support to design consultants at various RIBA stages. Transport and highways related design where required. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 16 suppliers are appointed to Lot 5. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Civil and Structural Engineers   
      Lot No:Lot 6

      II.2.2) Additional CPV code(s):
            71311000 - Civil engineering consultancy services.
            71312000 - Structural engineering consultancy services.
            71315200 - Building consultancy services.
            71530000 - Construction consultancy services.
            71250000 - Architectural, engineering and surveying services.
            71322000 - Engineering design services for the construction of civil engineering works.
            71300000 - Engineering services.
            71320000 - Engineering design services.
            71240000 - Architectural, engineering and planning services.
            71315400 - Building-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of civil and structural engineering services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Civil and structural engineering design and associated services at various RIBA stages. General civil and structural engineering advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 15 suppliers are appointed to Lot 6. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Mechanical and Electrical Consultants   
      Lot No:Lot 7

      II.2.2) Additional CPV code(s):
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71333000 - Mechanical engineering services.
            71334000 - Mechanical and electrical engineering services.
            90731100 - Air quality management.
            71313200 - Sound insulation and room acoustics consultancy services.
            71314300 - Energy-efficiency consultancy services.
            71300000 - Engineering services.
            71320000 - Engineering design services.
            71240000 - Architectural, engineering and planning services.
            71315000 - Building services.
            71313000 - Environmental engineering consultancy services.
            71314000 - Energy and related services.
            71315400 - Building-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of M&E / building services / energy performance / environmental design services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. M&E / building services / energy performance / environmental design and associated services at various RIBA stages. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 12 suppliers are appointed to Lot 7. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Cost Consultants   
      Lot No:Lot 8

      II.2.2) Additional CPV code(s):
            71242000 - Project and design preparation, estimation of costs.
            71324000 - Quantity surveying services.
            71244000 - Calculation of costs, monitoring of costs.
            71246000 - Determining and listing of quantities in construction.
            71240000 - Architectural, engineering and planning services.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of cost management / quantity surveying services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Cost management / quantity surveying services at various RIBA stages. Production of estimates, cost plans and reports. Cost-related strategy, analysis, value engineering. Project administration and programme management support where required. Post-contract cost management including valuations, cash flow reporting and variations. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 12 suppliers are appointed to Lot 8. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Employer's Agents   
      Lot No:Lot 9

      II.2.2) Additional CPV code(s):
            71541000 - Construction project management services.
            71315300 - Building surveying services.
            71324000 - Quantity surveying services.
            71317210 - Health and safety consultancy services.
            71530000 - Construction consultancy services.
            71244000 - Calculation of costs, monitoring of costs.
            71246000 - Determining and listing of quantities in construction.
            71248000 - Supervision of project and documentation.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of Employer’s Agent services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build or S106 development agreements but may take any form. Post-contract cost management. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 21 suppliers are appointed to Lot 9. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Project Managers   
      Lot No:Lot 10

      II.2.2) Additional CPV code(s):
            71541000 - Construction project management services.
            71315300 - Building surveying services.
            71324000 - Quantity surveying services.
            71317210 - Health and safety consultancy services.
            71530000 - Construction consultancy services.
            71244000 - Calculation of costs, monitoring of costs.
            71246000 - Determining and listing of quantities in construction.
            71248000 - Supervision of project and documentation.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of project management services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects will usually be large (e.g. in excess of 400 units) and/or complex, but may be any size or contract value. Project management and development management support at all RIBA stages, including acting as Lead Consultant. Lead on preparations for tender and/or contract. Manage tender process and/or contract negotiations. Act as employer’s agent / contract administrator for the duration of the building contract. Contracts will usually be JCT Design & Build and/or joint venture development agreements but may take any form. Post-contract cost management. Joint Venture Supervisor services where required. General advice on project management, contract management and construction. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 8 suppliers are appointed to Lot 10. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Valuers   
      Lot No:Lot 11

      II.2.2) Additional CPV code(s):
            70121000 - Building sale or purchase services.
            70121100 - Building sale services.
            71315300 - Building surveying services.
            70311000 - Residential building rental or sale services.
            70121200 - Building purchase services.
            70000000 - Real estate services.
            70110000 - Development services of real estate.
            70120000 - Buying and selling of real estate.
            70300000 - Real estate agency services on a fee or contract basis.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of valuation services to support the employer’s investment decisions and general business activities. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Carry out valuations and produce valuation reports, for a variety of purposes and on a variety of bases, in accordance with RICS professional standards. Including formal ‘Red Book’ valuations as well as informal valuation advice where required. Various additional services relating to development and/or the built environment, where consultants can offer these – e.g. other/specialist valuation services, real estate agency and brokerage advice/ instructions, strategic development advice / sales and marketing advice, financial viability assessments, CPO services, stock optimisation services.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 14 suppliers are appointed to Lot11. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 12)
   

      II.2.1) Title:Purchase & Repair Consultants   
      Lot No:Lot 12

      II.2.2) Additional CPV code(s):
            71315300 - Building surveying services.
            71247000 - Supervision of building work.
            71315400 - Building-inspection services.
            71317210 - Health and safety consultancy services.
            71530000 - Construction consultancy services.
            71541000 - Construction project management services.
            71520000 - Construction supervision services.
            71248000 - Supervision of project and documentation.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of building surveying and project management services, primarily in relation to the acquisition and/or refurbishment of housing stock (houses and/or flats), and in particular NHG’s P&R (Purchase & Repair) programme. Primarily suburban sites in Greater London. Carry out pre-acquisition surveys and produce reports. Project management for refurbishment works – prepare specifications for refurbishment works, manage and monitor costs, manage appointment of contractors, act as contract administrator/employer’s agent for building contracts, monitor progress, and carry out inspections. General construction and refurbishment-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 3 suppliers are appointed to Lot 12. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.

   II.2) Description (lot no. 13)
   

      II.2.1) Title:Clerk of Works   
      Lot No:Lot 13

      II.2.2) Additional CPV code(s):
            71315400 - Building-inspection services.
            71000000 - Architectural, construction, engineering and inspection services.
            71630000 - Technical inspection and testing services.
            71631300 - Technical building-inspection services.
            71530000 - Construction consultancy services.
            71520000 - Construction supervision services.
            71248000 - Supervision of project and documentation.


      II.2.3) Place of performance
      Nuts code:
      UKH - EAST OF ENGLAND
      UKI - LONDON
      UKJ - SOUTH EAST (ENGLAND)
   
      Main site or place of performance:
      EAST OF ENGLAND
      LONDON
      SOUTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of a range of construction site inspection and monitoring services. Primarily urban or suburban sites in Greater London. Primarily in relation to new-build residential and mixed-use developments. Developments/projects usually in excess of around 50 residential units, but may be any size or contract value. Monitor and report on construction progress, site conditions, health & safety, and quality/compliance of works undertaken by the build contractor/developer. Carry out site inspections – including regular, key stage, benchmarking, witnessing, testing/commissioning, snagging, de-snagging, and end-of-defects inspections. Check completed work against contract drawings, specifications, instructions, and standards. General construction-related advice. Various additional services relating to development and/or the built environment, where consultants can offer these.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: 12 suppliers are appointed to Lot13. Section V.2.3 lists the suppliers which have been appointed to each Lot. We have stated that the supplier has bid as a group. This is however to allow us to list multiple suppliers appointed to the Framework for each Lot. For the avoidance of any doubt, each supplier listed has been appointed to the Framework Lot individually and not as part of a group.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-022492
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Architects (General)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 57
         Number of tenders received from SMEs: 48 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 55          
         Number of tenders received by electronic means: 57

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             A STUDIO LIMITED, 5987909
             4th Floor 30 Millbank, London, SW1P 4DU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             ASSAEL ARCHITECTURE LIMITED, 2933452
             123 Upper Richmond Road , Putney, London, SW15 2TL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             AVANTI ARCHITECTS, 06502119
             361-373 City Road, London, EC1V 1AS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BELL PHILLIPS ARCHITECTS LIMITED, 5099481
             5 Technology Park, Colindeep Lane, Colindale, London, NW9 6BX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             BPTW LLP, OC301697
             40 Norman Road, Greenwich, London, SE10 9QX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             CARTWRIGHT PICKARD ARCHITECTS LIMITED, 3179673
             1 Canal Side Studios, 8-14 St Pancras Way, LONDON, NW1 0QG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             CONRAN AND PARTNERS LTD, 2354408
             30a Great Sutton Street, London, EC1V 0DU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             CZWG LIMITED, 12368974
             2-4 Packhorse Road, Gerrards Cross, SL9 7QE, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: Yes
         
         Contractor (No.9)
             DLA ARCHITECTURE LIMITED, 1711510
             55 St Pauls Street, Leeds, LS1 2TE, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: Yes
         
         Contractor (No.10)
             DSDHA LIMITED, 4282335
             357 Kennington Ln,, London, SE11 5QY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 24,000,000          
         Total value of the contract/lot: 24,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Architects (General)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 57
         Number of tenders received from SMEs: 48 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 55          
         Number of tenders received by electronic means: 57

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             GLENN HOWELLS ARCHITECTS LIMITED, 3993695
             321 Bradford Street, Digbeth,, Birmingham, B5 6ET, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.2)
             HAWKINS BROWN DESIGN LIMITED (T/A HAWKINS\BROWN), 9427730
             159 St John Street, London, EC1V 4QJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             HAWORTH TOMPKINS LIMITED, 4697954
             5th Floor Highgate Business Centre, 33 Greenwood Place, London, NW5 1LB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             HHBR LIMITED (T/A HENLEY HALEBROWN), 3080324
             21 Perseverance Works, 38 Kingsland Road, London, E2 8DD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             HLMAD LIMITED (T/A HLM ARCHITECTS), 5047778
             Wool + Tailor Building Fifth Floor, 10-12 Alie Street, London, E1 8DE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HTA DESIGN LLP, OC381717
             78 Chamber Street, London, E1 8BL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             HUNTER & PARTNERS LIMITED (T/A HUNTERS), 2290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             JESTICO + WHILES + ASSOCIATES LTD, 2891337
             Sutton Yard, 65 Goswell Road, London, EC1V 7EN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             JOHN MCASLAN & PARTNERS LIMITED, 2802936
             82 St John Street, London, EC1M 4JN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             KARAKUSEVIC CARSON ARCHITECTS LLP, OC309148
             Studio 501, 37 Cremer Street, Hackney, London, E2 8HD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 24,000,000          
         Total value of the contract/lot: 24,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Architects (General)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 57
         Number of tenders received from SMEs: 48 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 2          
         Number of tenders received from tenderers from non-EU Member States: 55          
         Number of tenders received by electronic means: 57

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             LEVITT BERNSTEIN ASSOCIATES LIMITED, 1960584
             Thane Studios, 2-4 Thane Villas,, London, N7 7PA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             MACCREANOR LAVINGTON LIMITED, 4944069
             4th Floor 63-71 Gee Street, London, EC1V 3RS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             METROPOLITAN WORKSHOP LLP, OC311538
             14-16 Cowcross Street, Farringdon, London, EC1M 6DG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             MORRIS + COMPANY LIMITED, 5272240
             Lower Ground Floor, 111 Charterhouse Street, London, EC1M 6AW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             PATEL TAYLOR ARCHITECTS LIMITED, 5096844
             48 Rawstorne Street, London, EC1V 7ND, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             PITMAN TOZER ARCHITECTS LTD, 5031414
             3 Jacob's Well Mews, London, W1U 3DU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             POLLARD THOMAS EDWARDS LLP, OC395916
             Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PRP ARCHITECTS LLP, OC361169
             Ferry Works, Summer Road, Thames Ditton, KT7 0QJ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No
         
         Contractor (No.9)
             TATEHINDLE LIMITED, 2620102
             168 Unit 4, 168 Shoreditch High Street, London, E1 6HU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             WESTONWILLIAMSON+ PARTNERS LLP, OC375867
             12 Valentine Place, London, SE1 8QH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 24,000,000          
         Total value of the contract/lot: 24,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Landscape Architects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ALLEN PYKE ASSOCIATES LIMITED, 3089984
             C/O Mwr Accountants 1st Floor, Blackdown House, Blackbrook Business Park, Taunton, United Kingdom
             NUTS Code: UKK23
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CHURCHMAN THORNHILL FINCH LIMITED, 6053385
             3rd Floor, 14 Bowden Street, Kennington, London, SE11 4DS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             EAST ARCHITECTURE, LANDSCAPE, URBAN DESIGN LIMITED (T/A EAST), 5332948
             New Derwent House, 69-73 Theobalds Road, London, WC1X 8TA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             FABRIK LIMITED, 4583067
             Lenten House, 16 Lenten Street, Alton, GU34 1HG, United Kingdom
             NUTS Code: UKJ3
            The contractor is an SME: Yes
         
         Contractor (No.5)
             HTA DESIGN LLP, OC381717
             78 Chamber Street, London, E1 8BL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             LEVITT BERNSTEIN ASSOCIATES LIMITED, 1960584
             Thane Studios, 2-4 Thane Villas, London, N7 7PA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             PATEL TAYLOR ARCHITECTS LIMITED, 5096844
             48 Rawstorne Street, London, EC1V 7ND, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PRP ARCHITECTS LLP, OC361169
             Ferry Works, Summer Road, Thames Ditton, KT7 0QJ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No
         
         Contractor (No.9)
             RPS CONSULTING SERVICES LIMITED, 1470149
             20 Western Avenue, Milton Park, Abingdon, OX14 4SH, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No
         
         Contractor (No.10)
             STUDIO WEAVE LIMITED, 6352249
             11 Derby Court, 2 Overbury Street, London, E5 0TE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Landscape Architects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             TURKINGTON DESIGN STUDIO LIMITED (T/A TURKINGTON MARTIN), 8268312
             2 Castle Business Village, Station Road, Hampton, TW12 2BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             WARREN & SILVIA STANDERWICK (T/A STANDERWICK LAND DESIGN), n/a
             Studio 5, 4 Avenue South,, Surbiton, KT5 8PJ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Planning Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 25          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AVISON YOUNG (UK) LIMITED, 6382509
             3 Brindley Place, Birmingham, B1 2JB, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No
         
         Contractor (No.2)
             BPTW LLP, OC301697
             40 Norman Road, Greenwich, London, SE10 9QX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             CARTER JONAS LLP, OC304417
             One Chapel Place, London, W1G 0BG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             CMA PLANNING LIMITED, 5733115
             Unit 2, 99-101 Kingsland Road, London, E2 8AG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             DELOITTE LLP, OC303675
             1 New Street Square, London, EC4A 3HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             DP9 LIMITED, 5092507
             100 Pall Mall, London, SW1Y 5NQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             HEPHER GRINCELL LIMITED (T/A HGH CONSULTING), 9340687
             45 Welbeck Street, London, W1G 8DZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             HTA DESIGN LLP, OC381717
             78 Chamber Street, London, E1 8BL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             ICENI PROJECTS LIMITED, 5359427
             Da Vinci House, 44 Saffron Hill, London, EC1N 8FH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             JONES LANG LASALLE LIMITED (T/A JLL), 1188567
             30 Warwick Street, London, W1B 5NH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,500,000          
         Total value of the contract/lot: 3,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Planning Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 25
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 25          
         Number of tenders received by electronic means: 25

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             KNIGHT FRANK LLP, OC305934
             55 Baker Street, London, W1U 8AN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             NATHANIEL LICHFIELDS & PARTNERS LIMITED (T/A LICHFIELDS), 2778116
             The Minster Building, 21 Mincing Lane, London, EC3R 7AG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             OVE ARUP & PARTNERS LIMITED (T/A ARUP), 1312453
             8 Fitzroy Street, London, W1T 4BJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             QUOD LIMITED, 7170188
             8-14 Meard Street, London, W1F 0EQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             ROLFE JUDD PLANNING LIMITED, 2741774
             Old Church Court, Claylands, The Oval, London, SW8 1NZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             RPS CONSULTING SERVICES LIMITED, 1470149
             20 Western Avenue, Milton Park, Abingdon, OX14 4SH, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No
         
         Contractor (No.7)
             SAVILLS (UK) LIMITED, 2605138
             33 Margaret Street, London, W1G 0JD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             TIBBALDS PLANNING AND URBAN DESIGN LIMITED, 4877097
             19 Maltings Place, 169 Tower Bridge Road, London, SE1 3JB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             TURLEY ASSOCIATES LIMITED, 2235387
             1 New York Street, Manchester, M1 4HD, United Kingdom
             NUTS Code: UKD3
            The contractor is an SME: No
         
         Contractor (No.10)
             WSP UK LIMITED, 01383511​
             WSP House, 70 Chancery Lane, London, WC2A 1AF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 3,500,000          
         Total value of the contract/lot: 3,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Transport and Highways Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 16          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ARCADIS CONSULTING (UK) LIMITED, 2212959
             80 Fenchurch Street, London, London, EC3M 4BY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             CURTINS CONSULTING LTD, 2054159
             51-55 Tithebarn Street, Liverpool, L2 2SB, United Kingdom
             NUTS Code: UKD72
            The contractor is an SME: No
         
         Contractor (No.3)
             GUTTERIDGE, HASKINS & DAVEY LIMITED, 5528602
             Level 1, Building 49 Thornton Science Park, Pool Lane, Ince, Chester, CH2 4NU, United Kingdom
             NUTS Code: UKD63
            The contractor is an SME: No
         
         Contractor (No.4)
             HASKONINGDHV UK LIMITED (T/A ROYAL HASKONINGDHV), 1336844
             Westpoint Peterborough Business Park, Lynch Wood, Peterborough, PE2 6FZ, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: No
         
         Contractor (No.5)
             MARKIDES ASSOCIATES LIMITED, 10394301
             Station House, North Street, Havant, PO9 1QU, United Kingdom
             NUTS Code: UKJ3
            The contractor is an SME: Yes
         
         Contractor (No.6)
             MOMENTUM TRANSPORT PLANNING LIMITED, 8234059
             27 Mortimer Street, London, W1T 3BL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             MOTT MACDONALD LIMITED, 1243967
             Mott MacDonald House, 8-10 Sydenham Road, london, CR0 2EE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             OVE ARUP & PARTNERS LIMITED (T/A ARUP), 1312453
             8 Fitzroy Street, London, W1T 4BJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.9)
             PELL FRISCHMANN CONSULTANTS LIMITED, 1777946
             5th Floor 85 Strand, London, WC2R 0DW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.10)
             RPS CONSULTING SERVICES LIMITED, 1470149
             20 Western Avenue, Milton Park, Abingdon, OX14 4SH, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Transport and Highways Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 16          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             STANTEC UK LIMITED, 1188070
             Buckingham Court, Kingsmead Business Park, London Road, High Wycombe, Buckinghamshire, HP11 1JU, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: No
         
         Contractor (No.2)
             STEER DAVIES & GLEAVE LIMITED (T/A STEER), 1883830
             14-21 Rushworth Street, London, SE1 0RB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             SWECO UK LIMITED, 2888385
             Grove House, Mansion Gate Drive, Leeds, LS7 4DN, United Kingdom
             NUTS Code: UKE4
            The contractor is an SME: No
         
         Contractor (No.4)
             SYSTRA LIMITED, 3383212
             3rd Floor, 5 Old Bailey, 3rd Floor, London, EC4M 7BA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             TETRA TECH LIMITED, 1959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: No
         
         Contractor (No.6)
             VELOCITY TRANSPORT PLANNING LTD, 10748463
             77 Chapel Street, Billericay, CM12 9LR, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Civil and Structural Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 22
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 22          
         Number of tenders received by electronic means: 22

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM LIMITED, 0​1846493​
             Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             ATKINS LIMITED, 688424
             Woodcote Grove, Ashley Road,, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No
         
         Contractor (No.3)
             BUILDING DESIGN PARTNERSHIP LIMITED (T/A BDP), 2207415
             PO BOX 85 11 Ducie Street, Piccadilly Basin, Manchester, M60 3JA, United Kingdom
             NUTS Code: UKD3
            The contractor is an SME: No
         
         Contractor (No.4)
             CAMPBELL REITH HILL LIMITED LIABILITY PARTNERSHIP (T/A CAMBPBELL REITH), OC300082
             15 Bermondsey Square,, London, SE1 3UN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             CLANCY CONSULTING LTD, 3693529
             Dunham Court, 2 Dunham Road, Altrincham, Cheshire, WA14 4NX, United Kingdom
             NUTS Code: UKD6
            The contractor is an SME: Yes
         
         Contractor (No.6)
             CLARKE NICHOLLS MARCEL (CIVIL & STRUCTURAL ENGINEERS) LIMITED, 7112503
             Space One, 1 Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             CURTINS CONSULTING LTD, 2054159
             51-55 Tithebarn Street, Liverpool, L2 2SB, United Kingdom
             NUTS Code: UKD72
            The contractor is an SME: No
         
         Contractor (No.8)
             MCBAINS LTD, 3094139
             5th Floor 26 Finsbury Square, London, EC2A 1DS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             OVE ARUP & PARTNERS LIMITED (T/A ARUP), 1312453
             8 Fitzroy Street, London, W1T 4BJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.10)
             PELL FRISCHMANN CONSULTANTS LIMITED, 1777946
             5th Floor 85 Strand, London, WC2R 0DW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Civil and Structural Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 22
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 22          
         Number of tenders received by electronic means: 22

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PRICE & MYERS LLP, OC303989
             37 Alfred Place, London, WC1E 7DP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RAMBOLL UK LIMITED, 3659970
             240 Blackfriars Road, London, SE1 8NW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             STANTEC UK LIMITED, 1188070
             Buckingham Court, Kingsmead Business Park, London Road, High Wycombe, Buckinghamshire, HP11 1JU, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: No
         
         Contractor (No.4)
             TULLY DE'ATH (CONSULTANTS) LTD, 2493115
             Sheridan House, Hartfield Road,, Forest Row, RH18 5EA, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.5)
             WATERMAN STRUCTURES LIMITED, 2193976
             Pickfords Wharf, Clink Street, London, SE1 9DG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Mechanical and Electrical Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 19          
         Number of tenders received by electronic means: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BAILY GARNER LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             CALFORDSEADEN LLP, OC315838
             St John's House, 1a Knoll Rise,, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.3)
             ELEMENTA CONSULTING LIMITED, 2113730
             Nightingale House, 46/48 East Street, Epsom, KT17 1HQ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.4)
             LOOP ENGINEERING LTD, 7671748
             Hamilton House, 1 Temple Avenue, London, EC4Y 0HA, United Kingdom
             Email: Declan.Burns@nhg.org.uk
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             MAX FORDHAM LLP, OC300026
             42/43 Gloucester Crescent, London, NW1 7PE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             OVE ARUP & PARTNERS LIMITED (T/A ARUP), 1312453
             8 Fitzroy Street, london, W1T 4BJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             PELL FRISCHMANN CONSULTANTS LIMITED, 1777946
             5th Floor 85 Strand, London, WC2R 0DW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             RAMBOLL UK LIMITED, 3659970
             240 Blackfriars Road, London, SE1 8NW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.9)
             SILCOCK DAWSON & PARTNERS LIMITED, 5740863
             4-5 Tower Court, Horns Lane, Princes Risborough, Buckinghamshire, HP27 0AJ, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: Yes
         
         Contractor (No.10)
             STANTEC UK LIMITED, 1188070
             Buckingham Court, Kingsmead Business Park, London Road, High Wycombe, Buckinghamshire, HP11 1JU, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.13)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Mechanical and Electrical Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: 12 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 19          
         Number of tenders received by electronic means: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             SWECO UK LIMITED, 2888385
             Grove House, Mansion Gate Drive, Leeds, LS7 4DN, United Kingdom
             NUTS Code: UKE4
            The contractor is an SME: No
         
         Contractor (No.2)
             XCO2 ENERGY LIMITED, 6496460
             The Gymnasium, 56 Kingsway Place, Sans Walk, London, EC1R 0LU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.14)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Cost Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 17          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM LIMITED, 0​1846493​
             Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             ARCADIS CONSULTING (UK) LIMITED, 2212959
             80 Fenchurch Street, London, London, EC3M 4BY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             CALFORDSEADEN LLP, OC315838
             St John's House, 1a Knoll Rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.4)
             CPC PROJECT SERVICES LLP, OC366907
             100 Wood St, London, EC2V 7AN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             DJJH CONSULTING LIMITED (T/A IBIS), 8277815
             Advantage, 87 Castle Street, Reading, RG1 7SN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             FAITHFUL+GOULD LIMITED, 2236832
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No
         
         Contractor (No.7)
             GLEEDS MANAGEMENT SERVICES LTD, 1753465
             95 New Cavendish Street, London, W1W 6XF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             MACE CONSULT LIMITED, 7094851
             155 Moorgate, London, EC2M 6XB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.9)
             MARTIN ARNOLD LTD, 8643489
             4 Gunnery Terrace, The Royal Arsenal, London, SE18 6SW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             PULSE ASSOCIATES LIMITED (T/A PULSE CONSULT), 7021816
             The Birkin Building, Ground Floor Ten Broadway, Nottingham, NG1 1PS, United Kingdom
             NUTS Code: UKF14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.15)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Cost Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 17          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             RIDER LEVETT BUCKNALL UK LIMITED, 4653580
             15 Colmore Row, Birmingham, B3 2BH, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: No
         
         Contractor (No.2)
             RPS CONSULTING SERVICES LIMITED, 1470149
             20 Western Avenue, Milton Park, Abingdon, OX14 4SH, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,500,000          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.16)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Employers Agents

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 24          
         Number of tenders received by electronic means: 24

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM LIMITED, 0​1846493​
             Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             ARCADIS CONSULTING (UK) LIMITED, 2212959
             80 Fenchurch Street, London, London, EC3M 4BY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             BAILY GARNER LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CALFORDSEADEN LLP, OC315838
             St John's House, 1a Knoll Rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.5)
             CPC PROJECT SERVICES LLP, OC366907
             100 Wood St, London, EC2V 7AN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HOLLIS GLOBAL LIMITED (T/A HOLLIS), 13400429
             Battersea Studios, 80-82 Silverthorne Road, London, SW8 3HE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             HUNTER & PARTNERS LIMITED (T/A HUNTERS), 2290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             JOHN ROWAN & PARTNERS LLP, OC302030
             Craven House, 40 Uxbridge Road, London, W5 2BS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             LAMBERT SMITH HAMPTON GROUP LIMITED (T/A IKON CONSULTANCY), 2521225
             55 Wells Street, London, W1T 3PT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.10)
             MACE CONSULT LIMITED, 7094851
             155 Moorgate, London, EC2M 6XB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 18,000,000          
         Total value of the contract/lot: 18,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.17)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Employers Agents

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 24          
         Number of tenders received by electronic means: 24

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MADLINS LLP, OC399639
             Nova Scotia House, 70 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.2)
             MOTT MACDONALD LIMITED, 1243967
             Mott MacDonald House, 8-10 Sydenham Road, Croydon, CR0 2EE, United Kingdom
             NUTS Code: UKI62
            The contractor is an SME: No
         
         Contractor (No.3)
             PHILIP PANK PARTNERSHIP LLP, OC437669
             113 Euston Street, London, NW1 2EX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             POTTER RAPER LTD, 11729518
             Duncan House, Burnhill Road, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.5)
             PRP ARCHITECTS LLP, OC361169
             Ferry Works, Summer Road, Thames Ditton, KT7 0QJ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: No
         
         Contractor (No.6)
             RIDER LEVETT BUCKNALL UK LIMITED, 4653580
             15 Colmore Row, Birmingham, B3 2BH, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: No
         
         Contractor (No.7)
             RIDGE AND PARTNERS LLP, OC309402
             The Cowyards, Blenheim Park, Oxford Road, Woodstock, OX20 1QR, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No
         
         Contractor (No.8)
             ROBINSON LOW FRANCIS LLP, OC309255
             26 Finsbury Square, London, EC2A 1DS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             SILVER DCC LIMITED, 8952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             STACE LLP, OC312683
             273 High Street, Essex, Epping, CM16 4DA, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 18,000,000          
         Total value of the contract/lot: 18,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.18)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Employers Agents

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 24
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 24          
         Number of tenders received by electronic means: 24

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED, 2165592
             Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UKE4
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 18,000,000          
         Total value of the contract/lot: 18,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.19)

   Contract No: Not Provided    
   Lot Number: 10    
   Title: Project Managers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 10          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM LIMITED, 0​1846493​
             Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             ARCADIS CONSULTING (UK) LIMITED, 2212959
             80 Fenchurch Street, London, London, EC3M 4BY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             CALFORDSEADEN LLP, OC315838
             St John's House, 1a Knoll Rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.4)
             HUNTER & PARTNERS LIMITED (T/A HUNTERS), 2290829
             Space One, 1 Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             INNER CIRCLE CONSULTING LIMITED, 6799707
             Unit 3, 9 Bell Yard Mews, London, SE1 3UY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             MACE CONSULT LIMITED, 7094851
             155 Moorgate, London, EC2M 6XB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             MCBAINS LTD, 3094139
             5th Floor 26 Finsbury Square, London, EC2A 1DS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             POTTER RAPER LTD, 11729518
             Duncan House, Burnhill Road, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,500,000          
         Total value of the contract/lot: 5,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.20)

   Contract No: Not Provided    
   Lot Number: 11    
   Title: Valuers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AVISON YOUNG (UK) LIMITED, 6382509
             3 Brindley Place, Birmingham, B1 2JB, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No
         
         Contractor (No.2)
             CARTER JONAS LLP, OC304417
             One Chapel Place, London, W1G 0BG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             CBRE LIMITED, 3536032
             Henrietta House, Henrietta Place, London, W1G 0NB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             DELOITTE LLP, OC303675
             1 New Street Square, London, EC4A 3HQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             DS2 LLP, OC372219
             100 Pall Mall, London, SW1Y 5NQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             GERALD EVE LLP, OC339470
             72 Welbeck Street, London, W1G 0AY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             GL HEARN LIMITED, 3798877
             65 Gresham Street, London, EC2V 7NQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             JONES LANG LASALLE LIMITED (T/A JLL), 1188567
             30 Warwick Street, London, W1B 5NH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.9)
             KNIGHT FRANK LLP, OC305934
             55 Baker Street, London, W1U 8AN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.10)
             MONTAGU EVANS LLP, OC312072
             70 St Mary Axe, London, EC3A 8BE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.21)

   Contract No: Not Provided    
   Lot Number: 11    
   Title: Valuers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             NEWSTEER LTD, 11759239
             12a Fleet Business Park, Fleet,, Church Crookham, GU52 8BF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RAPLEYS LIMITED LIABILITY PARTNERSHIP, OC308311
             Unit 3A The Incubator, The Boulevard, Enterprise Campus, Alconbury Weald, Huntingdon, PE28 4XA, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SAVILLS (UK) LIMITED, 2605138
             33 Margaret Street, London, W1G 0JD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             STRETTONS LIMITED, 268552
             Waltham House 11 Kirkdale Road, Leytonstone, London, E11 1HP, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.22)

   Contract No: Not Provided    
   Lot Number: 12    
   Title: Purchase and Repair Consultants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 5          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BAILY GARNER LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             ROBSON WALSH LLP, OC306641
             19F Park Parade, London, NW10 4JH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SILVER DCC LIMITED, 8952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.23)

   Contract No: Not Provided    
   Lot Number: 13    
   Title: Clerk of Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 20          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM LIMITED, 0​1846493​
             Aldgate Tower, 2 Leman Street, London, E1 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             AIREY MILLER LIMITED, 10228384
             Ground Floor, St John’s House, Suffolk Way, Sevenoaks, TN13 1YL, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BAILY GARNER LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BPM PROJECT MANAGEMENT (QUARTET HOMES) LIMITED, 04389445
             110/112 Lancaster Road, New Barnet, EN4 8AL, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes
         
         Contractor (No.5)
             CALFORDSEADEN LLP, OC315838
             St John's House, 1a Knoll Rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: No
         
         Contractor (No.6)
             JOHN ROWAN & PARTNERS LLP, OC302030
             Craven House, 40 Uxbridge Road, London, W5 2BS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             MADLINS LLP, OC399639
             Nova Scotia House, 70 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PHILIP PANK PARTNERSHIP LLP, OC437669
             113 Euston Street, London, NW1 2EX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             POTTER RAPER LTD, 11729518
             Duncan House, Burnhill Road, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.10)
             QUALITAS INSPECTION SERVICES LIMITED, 6107609
             Kingsley House, 22-24 Elm Road, Leigh-on-Sea, SS9 1SN, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.24)

   Contract No: Not Provided    
   Lot Number: 13    
   Title: Clerk of Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 20          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             RUND PARTNERSHIP LIMITED, 3484620
             16 East Links, Tollgate, Chandlers Ford, Eastleigh, SO53 3TG, United Kingdom
             NUTS Code: UKJ3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SILVER DCC LIMITED, 8952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: FRAMEWORK VALUE: The estimated value of the Framework Agreement specified in section II.1.7 in this notice is the overall framework value. Section V.2.4 relates to the values for each corresponding Lot. These values are based on NHG's current anticipated requirements. NHG cannot give any guarantees that works totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities more extensively than anticipated.
Please note the suppliers who have been awarded to the framework are not listed in order of their scoring. As there are multiple suppliers, the date in section V.2.1 is the date the first supplier signed the Framework Agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=698332854

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Court of Justice
          The Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Service
          70 Whitehall, London, United Kingdom

   VI.5) Date of dispatch of this notice: 30/06/2022