Southern Housing Group: Development Framework (Consultants)

  Southern Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: Development Framework (Consultants)
Notice type: Contract Award Notice
Authority: Southern Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: PLEASE NOTE THAT THIS IS A CONTRACT AWARD NOTICE AND THIS CONTRACT HAS BEEN LET. The establishment of a Framework Agreement with a number of "Consultants" to support Southern Housing Group (SHG) deliver its "Development Programme" comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents.
Published: 05/12/2017 09:59

View Full Notice

UK-London: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Southern Housing Group
       Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
       Tel. +44 8456120021, Email: contracts@shgroup.org.uk
       Main Address: www.shgroup.org.uk
       NUTS Code: UKJ

   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: Development Framework (Consultants)            
      Reference number: 10287-2

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: PLEASE NOTE THAT THIS IS A CONTRACT AWARD NOTICE AND THIS CONTRACT HAS BEEN LET.
The establishment of a Framework Agreement with a number of "Consultants" to support Southern Housing Group (SHG) deliver its "Development Programme" comprising of predominantly new build housing for sale, market rent and low cost rent. Further information regarding the scope of the framework is set out in the Procurement Documents.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 – Architecture (London)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71251000 - Architectural and building-surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of architectural and related design services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Architecture (East & South East)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71220000 - Architectural design services.
            71000000 - Architectural, construction, engineering and inspection services.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.


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

      II.2.4) Description of the procurement: The "Services" comprise of the provision of architectural and related design services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Architecture (West & South West)   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71000000 - Architectural, construction, engineering and inspection services.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of architectural and related design services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Architecture (Isle of Wight)   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71220000 - Architectural design services.
            71000000 - Architectural, construction, engineering and inspection services.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.


      II.2.3) Place of performance
      Nuts code:
      UKJ34 - Isle of Wight
   
      Main site or place of performance:
      Isle of Wight
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of architectural and related design services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 3 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Employer's Agent (London)   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71324000 - Quantity surveying services.
            71541000 - Construction project management services.
            71540000 - Construction management services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Employer’s Agent, Project Management & Construction Management Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules (Employer’s Agent) / Weighting: 12
      Cost criterion - Name: Percentage Fee Schedules (Principal Designer) / Weighting: 3
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Employer's Agent (East & South East)   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71324000 - Quantity surveying services.
            71541000 - Construction project management services.
            71540000 - Construction management services.


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

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Employer’s Agent, Project Management & Construction Management Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules (Employer’s Agent) / Weighting: 12
      Cost criterion - Name: Percentage Fee Schedules (Principal Designer) / Weighting: 3
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 - Employer's Agent (West & South West)   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71324000 - Quantity surveying services.
            71541000 - Construction project management services.
            71540000 - Construction management services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Employer’s Agent, Project Management & Construction Management Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules (Employer’s Agent) / Weighting: 12
      Cost criterion - Name: Percentage Fee Schedules (Principal Designer) / Weighting: 3
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 - Employer's Agent (Isle of Wight)   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71324000 - Quantity surveying services.
            71541000 - Construction project management services.
            71540000 - Construction management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ34 - Isle of Wight
   
      Main site or place of performance:
      Isle of Wight
             

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Employer’s Agent, Project Management & Construction Management Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules (Employer’s Agent) / Weighting: 12
      Cost criterion - Name: Percentage Fee Schedules (Principal Designer) / Weighting: 3
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 3 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 - Civil & Structural Engineering (All Regions)   
      Lot No:9

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71300000 - Engineering services.
            71310000 - Consultative engineering and construction services.
            71311000 - Civil engineering consultancy services.
            71312000 - Structural engineering consultancy services.
            71322000 - Engineering design services for the construction of civil engineering works.


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

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Civil & Structural Engineering Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Lot 10 - Building Services Engineering (All Regions)   
      Lot No:10

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71300000 - Engineering services.
            71310000 - Consultative engineering and construction services.
            71314310 - Heating engineering services for buildings.
            71320000 - Engineering design services.
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71333000 - Mechanical engineering services.
            71334000 - Mechanical and electrical engineering services.


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

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Building Services Engineering Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Lot 11 - Principal Designer Services (All Regions)   
      Lot No:11

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71220000 - Architectural design services.
            71000000 - Architectural, construction, engineering and inspection services.
            71317210 - Health and safety consultancy services.


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

      II.2.4) Description of the procurement: The "Services" comprise of the provision of Principal Designer Services as part of the Authority's "Development Programme". Services will be called-off under the Framework Agreement following either a Direct Award of Competitive Procedure. The Consultant will enter into a Professional Services (Call-Off) Contract to deliver the required services.

      II.2.5) Award criteria:
      Quality criterion - Name: Collaboration / Weighting: 8
      Quality criterion - Name: Continuous Improvement / Weighting: 8
      Quality criterion - Name: Commercial, Legal & Risk / Weighting: 8
      Quality criterion - Name: Health & Safety & CDM Regulations / Weighting: 8
      Quality criterion - Name: Customer Experience / Weighting: 8
      Quality criterion - Name: Proposed Team and Resources / Weighting: 10
      Quality criterion - Name: Challenge Question / Weighting: 30
                  
      Cost criterion - Name: Percentage Fee Schedules / Weighting: 15
      Cost criterion - Name: Time Charge Fee Schedules / Weighting: 5
            

      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: Yes
         Reference to project(s) and/or programme(s): Some of the contracts that may be called off under the Framework Agreement over its term may be financed by EU funds.

      II.2.14) Additional information: The Authority will award a place on the framework to the highest scoring Tenderers on each lot up to the maximum number of 5 Framework Operators and subject to meeting the Authority’s minimum requirements as set out in the Procurement Documents.


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: No       
      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
       Not Provided
   

   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: Architecture (London)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 52
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 52

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pollard Thomas Edwards
             Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Levitt Bernstein Associates Limited
             1 Kingsland Passage, London, E8 2BB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Karakusevic Carson Architects LLP
             Unit E03 The Biscuit Factory, 100 Clements Road, London, SE16 4DG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Sheppard Robson Architects LLP
             77 Parkway, London, NW1 7PU, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             PCKO Limited
             5-8 Hardwick Street, London, EC1R 4RG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.6)
             Waugh Thistleton Architects Limited
             77 Leonard Street, London, EC2A 4QS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Child Graddon Lewis Limited
             Studio 1, 155 Commercial Street, London, E1 6BJ, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 2    
   Title: Architecture (East & South East)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 50
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 50

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pollard Thomas Edwards LLP
             Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Karakusevic Carson Architects LLP
             Unit E03 The Biscuit Factory, 100 Clements Road, London, SE16 4DG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PCKO Limited
             5-8 Hardwick Street, London, EC1R 4RG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             Waugh Thistleton Architects Limited
             77 Leonard Street, London, EC2A 4QS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Child Graddon Lewis Limited
             Studio 1, 155 Commercial Street, London, E1 6BJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             R H Partnership Architects Limited
             94 Chesterton Road, Cambridge, CB4 1ER, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 3    
   Title: Architecture (West & South West)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 39
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 39

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pollard Thomas Edwards LLP
             Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Karakusevic Carson Architects LLP
             Unit E03 The Biscuit Factory, 100 Clements Road, London, SE16 4DG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PCKO Limited
             5-8 Hardwick Street, London, EC1R 4RG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             Waugh Thistleton Architects Limited
             77 Leonard Street, London, EC2A 4QS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Child Graddon Lewis Limited
             Studio 1, 155 Commercial Street, London, E1 6BJ, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 4    
   Title: Architecture (Isle of Wight)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 23

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PCKO Limited
             5-8 Hardwick Street, London, EC1R 4RG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.2)
             Waugh Thistleton Architects Limited
             77 Leonard Street, London, EC2A 4QS, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Child Graddon Lewis Limited
             Studio 1, 155 Commercial Street, London, E1 6BJ, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 5    
   Title: Employers Agent (London)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 42
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 42

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Silver DCC Limited
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Welling Partnership Property & Construction Consultants
             Mountbatten Business Centre, Millbrook Rd E, Southampton, SO15 1HY, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Airey Miller Limited
             4th Floor, Kelsley House, High Street, Beckenham, BR3 1AN, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Potter Raper Partnership
             Duncan House, Burnhill Road, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             MDA Consulting Ltd
             The Bell Building, 111 Lambeth Road, London, SE1 7JL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             PRP Architects Ltd
             Ferry Works, Summer Road, Thames Ditton, KT7 0QJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.7)
             John Rowan and Partners LLP
             Old Chambers, 93-94 West Street, Farnham, GU9 7EB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Hunter & Partners Ltd
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 6    
   Title: Employers Agent (East & South East)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 40
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 40

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Silver DCC Limited
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Welling Partnership Property & Construction Consultants
             Mountbatten Business Centre, Millbrook Rd E, Southampton SO15 1HY, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Airey Miller Limited
             4th Floor, Kelsley House, High Street, Beckenham, England, BR3 1AN, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Potter Raper Partnership
             Duncan House, Burnhill Road, Beckenham, Kent, BR3 3LA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             MDA Consulting Ltd
             The Bell Building, 111 Lambeth Road, London, England, SE1 7JL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             John Rowan and Partners LLP
             Old Chambers, 93-94 West Street, Farnham, Surrey GU9 7EB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.7)
             PRP Architects Ltd
             Ferry Works, Summer Road, Thames Ditton, Surrey, KT7 0QJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.8)
             Hunter & Partners Ltd
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 7    
   Title: Employers Agent (West & South West)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 33

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Silver DCC Limited
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Welling Partnership Property & Construction Consultants
             Mountbatten Business Centre, Millbrook Rd E, Southampton SO15 1HY, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             MDA Consulting Ltd
             The Bell Building, 111 Lambeth Road, London, England, SE1 7JL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             John Rowan and Partners LLP
             Old Chambers, 93-94 West Street, Farnham, Surrey GU9 7EB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Hunter & Partners Ltd
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 8    
   Title: Employers Agent (Isle of Wight)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 23

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MDA Consulting Ltd
             The Bell Building, 111 Lambeth Road, London, England, SE1 7JL, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             John Rowan and Partners LLP
             Old Chambers, 93-94 West Street, Farnham, Surrey GU9 7EB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Welling Partnership Property & Construction Consultants
             Mountbatten Business Centre, Millbrook Rd E, Southampton SO15 1HY, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 9    
   Title: Civil & Structural Engineering (All Regions)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Curtins Consulting Limited
             Curtin House, Columbus Quay, Riverside Drive, Liverpool, L3 4DB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RSK Land and Development Engineering Limited
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Price & Myers LLP
             37 Alfred Place, London, England, WC1E 7DP, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Clancy Consulting Ltd
             Dunham Court, 2 Dunham Road, Altrincham, Cheshire, WA14 4NX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Ramboll UK Limited
             240 Blackfriars Road, London, SE1 8NW, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.6)
             Thomasons Ltd
             86 Epsom Road, Guildford, Surrey, GU1 2BX, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 10    
   Title: Building Services Engineering (All Regions)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Calfordseaden LLP
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ramboll UK Limited
             240 Blackfriars Road, London, SE1 8NW, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Silcock Dawson & Partners Limited
             4-5 Tower Court, Horns Lane, Princes Risborough, Buckinghamshire, HP27 0AJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Clancy Consulting Ltd
             Dunham Court, 2 Dunham Road, Altrincham, Cheshire, WA14 4NX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Briar Associates
             York House, High St, Amblecote, DY8 4BT, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         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: 11    
   Title: Principal Designer (All Regions)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Calfordseaden LLP
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Potter Raper Partnership
             Duncan House, Burnhill Road, Beckenham, Kent, BR3 3LA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.3)
             John Rowan and Partners LLP
             Old Chambers, 93-94 West Street, Farnham, Surrey GU9 7EB, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Rund Partnership Limited
             16 East Links, Tollgate Chandlers Ford, Eastleigh, Hampshire, SO53 3TG, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Faithorn Farrell Timms LLP
             Central Court, 1b Knoll Rise, Orpington, Kent, BR6 0JA, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Welling Partnership Property & Construction Consultants
             Mountbatten Business Centre, Millbrook Rd E, Southampton SO15 1HY, United Kingdom
             NUTS Code: UKJ
            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: Not Provided          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=290532113

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Court of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: www.hmcourts-service.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority has incorporated a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders were provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
          Internet address: www.cabinetoffice.gov.uk

   VI.5) Date of dispatch of this notice: 05/12/2017




View any Notice Addenda

View Award Notice