ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Estate Management Consultancy Services – 2700/15 |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | ESPO, on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils, is seeking to establish a framework agreement with a number of suppliers for the provision of estate management consultancy services. The key aim of the framework will be to promote cost savings and create efficiencies by providing these organisations access to pre-approved suppliers whom they may appoint using a simple and streamlined procurement process. Whilst predominately for use for the above-mentioned Councils, the framework will also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx. Given this position, the framework will be divided into the following lots: • Cambridgeshire, Leicestershire and Northamptonshire • National framework agreement To reflect the different types of estate management consultancy services required, the above lots will be further divided into the following sub-lots: • Fixed Asset Valuation • Rating Valuation • General Valuation • Commercial Agency • Agricultural Agency • Lease Management – Commercial (L&T) • Lease Management – Agricultural (L&T) • Lease Management – Agricultural (Estate/Farm Buildings) • Property/Estate Management • Strategic Asset Management including Development Consultancy – Urban • Strategic Asset Management including Development Consultancy – Rural • Planning Consultancy • Compulsory Purchase and Compensation The number of suppliers offered a place on the framework will depend in part upon the number and nature of bids received, but the objective will be to ensure that the framework offers a choice of at least six to eight suppliers within each sub-lot. Suppliers are invited to bid for one, several or all of the lots and sub-lots. For further information on what each of the sub-lots comprises please see the Invitation to Tender. Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement. In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 2700/15. |
Published: | 23/04/2014 12:50 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org) on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Estate Management Consultancy Services – 2700/15
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 1,200,000 and 2,400,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Property management services of real estate on a fee or contract basis. Real estate services. Real estate agency services on a fee or contract basis. Urban planning services. ESPO, on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils, is seeking to establish a framework agreement with a number of suppliers for the provision of estate management consultancy services. The key aim of the framework will be to promote cost savings and create efficiencies by providing these organisations access to pre-approved suppliers whom they may appoint using a simple and streamlined procurement process.
Whilst predominately for use for the above-mentioned Councils, the framework will also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx.
Given this position, the framework will be divided into the following lots:
• Cambridgeshire, Leicestershire and Northamptonshire
• National framework agreement
To reflect the different types of estate management consultancy services required, the above lots will be further divided into the following sub-lots:
• Fixed Asset Valuation
• Rating Valuation
• General Valuation
• Commercial Agency
• Agricultural Agency
• Lease Management – Commercial (L&T)
• Lease Management – Agricultural (L&T)
• Lease Management – Agricultural (Estate/Farm Buildings)
• Property/Estate Management
• Strategic Asset Management including Development Consultancy – Urban
• Strategic Asset Management including Development Consultancy – Rural
• Planning Consultancy
• Compulsory Purchase and Compensation
The number of suppliers offered a place on the framework will depend in part upon the number and nature of bids received, but the objective will be to ensure that the framework offers a choice of at least six to eight suppliers within each sub-lot. Suppliers are invited to bid for one, several or all of the lots and sub-lots. For further information on what each of the sub-lots comprises please see the Invitation to Tender.
Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 2700/15.
II.1.6)Common Procurement Vocabulary:
70330000 - Property management services of real estate on a fee or contract basis.
70000000 - Real estate services.
70300000 - Real estate agency services on a fee or contract basis.
71410000 - Urban planning services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The value of GBP 1,200,000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 1,200,000 to GBP 2,400,000 for the duration (including the extension option referred to at Section II.2.2)
II.2.2)Options: Yes
If yes, description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/01/2015
Completion: 31/12/2016
Information About Lots
Lot No: 1
Title: Estates Management Consultancy Services
1)Short Description:
the framework will be divided into the following lots:
• Cambridgeshire, Leicestershire and Northamptonshire
• National framework agreement
To reflect the different types of estate management consultancy services required, the above lots will be further divided into the following sub-lots:
• Fixed Asset Valuation
• Rating Valuation
• General Valuation
• Commercial Agency
• Agricultural Agency
• Lease Management – Commercial (L&T)
• Lease Management – Agricultural (L&T)
• Lease Management – Agricultural (Estate/Farm Buildings)
• Property/Estate Management
• Strategic Asset Management including Development Consultancy – Urban
• Strategic Asset Management including Development Consultancy – Rural
• Planning Consultancy
• Compulsory Purchase and Compensation
Full details on Lots are provided in the Invitation to Tender.
2)Common Procurement Vocabulary:
70330000 - Property management services of real estate on a fee or contract basis.
71410000 - Urban planning services.
70000000 - Real estate services.
70300000 - Real estate agency services on a fee or contract basis.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Full details on Lots are provided in the Invitation to Tender.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed in the Invitation to Tender.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 2700/15
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 57 - 95177 of 21/03/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 18/06/2014
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/06/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 120
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96031951
GO-2014423-PRO-5624913 TKR-2014423-PRO-5624912
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 23/04/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Organisation stated in Section II.1.5
further information contacts ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Property management services of real estate on a fee or contract basis.
I.1)Name, Addresses and Contact Point(s):
ESPO on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Estate Management Consultancy Services – 2700/15
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UK - UNITED KINGDOM
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Property management services of real estate on a fee or contract basis. Real estate services. Real estate agency services on a fee or contract basis. Urban planning services. ESPO, on behalf of Cambridgeshire, Leicestershire and Northamptonshire County Councils, is seeking to establish a framework agreement with a number of suppliers for the provision of estate management consultancy services. The key aim of the framework will be to promote cost savings and create efficiencies by providing these organisations access to pre-approved suppliers whom they may appoint using a simple and streamlined procurement process.Whilst predominately for use for the above-mentioned Councils, the framework will also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx. Given this position, the framework will be divided into the following lots:•Cambridgeshire, Leicestershire and Northamptonshire•National framework agreementTo reflect the different types of estate management consultancy services required, the above lots will be further divided into the following sub-lots:•Fixed Asset Valuation•Rating Valuation •General Valuation•Commercial Agency•Agricultural Agency•Lease Management – Commercial (L&T)•Lease Management – Agricultural (L&T)•Lease Management – Agricultural (Estate/Farm Buildings)•Property/Estate Management•Strategic Asset Management including Development Consultancy – Urban•Strategic Asset Management including Development Consultancy – Rural•Planning Consultancy •Compulsory Purchase and Compensation The number of suppliers offered a place on the framework will depend in part upon the number and nature of bids received, but the objective will be to ensure that the framework offers a choice of at least six to eight suppliers within each sub-lot. Suppliers are invited to bid for one, several or all of the lots and sub-lots. For further information on what each of the sub-lots comprises please see the Invitation to Tender. Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
II.1.5)Common procurement vocabulary:
70330000 - Property management services of real estate on a fee or contract basis.
70000000 - Real estate services.
70300000 - Real estate agency services on a fee or contract basis.
71410000 - Urban planning services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Lowest offer: 1,200,000 /Highest offer: 2,400,000
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Non-price - 60
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 2700/15
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2014/S 57 - 95177 of 21/03/2014
Contract notice
Notice number in OJ: 2014/S 81 - 141504 of 25/04/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 13/01/2015
V.2) Information About Offers
Number Of Offers Received: 44
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Aichison Raffety Ltd
Postal address: 154 High Street
Town: Berkhamsted
Postal code: HP4 3AT
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Amec Environmental & Infrastrycture Ltd
Postal address: Gables House, Kenilworth Road
Town: Leamington Spa
Postal code: CV32 6JX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: APB (Leicester) Ltd
Postal address: 13 De Montfort Street
Town: Leicester
Postal code: LE1 7GE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Ardent Management Ltd
Postal address: Level 33, 25 Canada Square
Town: London
Postal code: E14 5LQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Atkins Ltd
Postal address: The Axis, 6th West, 10 Holliday Street
Town: Birmingham
Postal code: B1 1TF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Barford & Co
Postal address: Howard House, 17 Church Street, St Neots
Town: Cambridge
Postal code: PE19 2BU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
7: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Bidwells LLP
Postal address: Bidwell House, Trumpington Road
Town: Cambrodge
Postal code: CB2 9LD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
8: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BNE (2000) Ltd
Postal address: 3 Cherry Hall Road
Town: Kettering
Postal code: NN14 1UE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
9: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BNP Paribas Real Estate
Postal address: Advisory & Property Management UK Ltd, 9 Colmore Row
Town: Birmingham
Postal code: B3 2BJ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
10: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Bruton Knowles
Postal address: Bisley House, Green Farm Business Park, Bristol Road
Town: Gloucester
Postal code: GL2 4LY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
11: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BSMH Ltd t/a Barker Storey Matthews
Postal address: 37 Priestgate
Town: Peterborough
Postal code: PE1 1JL
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
12: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Carter Jonas LLP
Postal address: 9a Jewry Street
Town: Winchester
Postal code: SO23 8RZ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
13: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: DTZ (Debenham Tie Leung Ltd)
Postal address: 125 Old Broad Street
Town: London
Postal code: EC2N 2BQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
14: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: DVS / Valuation Office Agency
Postal address: Wingate House, 93/107 Shaftesbury Avenue
Town: London
Postal code: W1D 5BU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
15: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Fisher German LLP
Postal address: 40 High Street
Town: Market Harborough
Postal code: LE16 7NX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
16: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Gerald Eve LLP
Postal address: 72 Welbeck Street
Town: London
Postal code: W1G 0AY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
17: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: GL Hearn
Postal address: 20 Soho Square
Town: London
Postal code: W1D 3QW
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
18: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Gleeds Advisory Ltd
Postal address: 1 Clifton Lane, Wilford
Town: Notthingham
Postal code: NG11 7AT
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
19: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: GVA Grimley Ltd
Postal address: 10 Stratton Street
Town: London
Postal code: W1J 8JR
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
20: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: King West Ltd t/a John Martin Associates
Postal address: 10 Church Square
Town: Market Harborough
Postal code: LE16 7NB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
21: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lambert Smith Hampton Group Ltd
Postal address: UK House, 180 Oxford Street
Town: London
Postal code: W1D 1NN
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
22: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Montagu Evans LLP
Postal address: 5 Bolton Street, Weldon Road
Town: London
Postal code: W1J 8BA
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
23: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: NPS Property Consultants Ltd
Postal address: Lancaster House, 16 Central Avenue, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HR
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
24: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Peter Brett Associates LLP
Postal address: 3 Museum Square
Town: Leicester
Postal code: LE1 6UF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
25: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Mather Jamie
Postal address: 3 Bank Court, Weldon Road, Loughborough
Town: Leicester
Postal code: LE11 5RF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
26: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Savills (UK) Ltd
Postal address: 33 Margaret Street
Town: London
Postal code: W1G 0JD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
27: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Smith Core
Postal address: 17-18 Old Bond Street
Town: London
Postal code: W1S 4PT
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
28: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Strutt & Parker LLP
Postal address: 5 South View, Tinwell Road
Town: Stamford
Postal code: PE9 2JL
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
29: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Terra Quest Solutions Ltd
Postal address: 10 Clement Street
Town: Birmingham
Postal code: B1 2SL
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
30: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: The Environment Partnership (TEP) Ltd
Postal address: Genesis Centre, Birchwood Science Park
Town: Warrington
Postal code: WA3 7BH
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
31: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: The Environmental Consultancy Ltd t/a RPS
Postal address: 20 Western Avenue, Milton Park
Town: Abingdon
Postal code: OX14 4SH
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
32: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Whybrow & Dodds Ltd
Postal address: 2 De Grey Square, De Grey Road
Town: Colchester
Postal code: CO4 5YQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
33: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Wilks Head & Eve LLP
Postal address: 6th Floor, Fairgate House, 78 New Oxford Street
Town: London
Postal code: WC1A 1HB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=128602640
GO-201522-PRO-6335438 TKR-201522-PRO-6335437
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 02/02/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Organisation stated in section II.1.5
further information contract ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom