Natural History Museum has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Due Diligence Reports Framework |
Notice type: | Contract Award Notice |
Authority: | Natural History Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Framework for providers to supply due diligence reports on third parties. |
Published: | 22/07/2025 10:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Natural History Museum
Cromwell Road, London, SW7 5BD, United Kingdom
Tel. +44 2079425000, Email: nhmprocurement@nhm.ac.uk
Contact: NHM Procurement
Main Address: www.nhm.ac.uk
NUTS Code: UKI3
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: No
I.4)Type of the contracting authority:
Other type:: non-departmental public body, sponsored by the Department for Digital, Culture, Media and Sport
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Due Diligence Reports Framework
Reference number: Not Provided
II.1.2) Main CPV code:
66171000 - Financial consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework for providers to supply due diligence reports on third parties.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 240,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West
Main site or place of performance:
Inner London – West
II.2.4) Description of the procurement: *This is a contract award notice*. NHM is undertaking a procurement process to identify and appoint several Service Providers to a framework to supply due diligence reports on third parties.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 40%
II.2.11) Information about options
Options: Yes
Description of these options:The framework is for an initial period of 2 years with the option to extend for an additional 2 years (in one year increments)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Please note that we have awarded 5 independent suppliers a place on the framework and have not awarded to a consortium.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2025/S 000-006959
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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/06/2025
V.2.2) Information about tenders
Number of tenders received: 9
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
CH Business Research, 08824643
Raleigh House, 14c Compass Point Business Park, Stocks Bridge Way, St Ives, PE27 5JL, United Kingdom
NUTS Code: UKK3
The contractor is an SME: Yes
Contractor (No.2)
CR Investigations Ltd, 08003102
167 Turners Hill, Cheshunt, Waltham Cross, Hertfordshire, EN8 9BH, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
Contractor (No.3)
Fulcrum Diligence Ltd, 10451182
The Shard, 25th Flr, 32 London Bridge Street, London, SE1 9SG, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Geoghegan Research Limited, 09970676
c/o Computaccounts (Barnet) Ltd, 5 Windsor Close, London, N3 3ST, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Helen Standring, N/A
41 Camborne Road, Wandsworth, London, SW18 4BH, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Ridgeway Information Ltd, 07928376
3-5 Crutched Friars, London, EC3N 2HT, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 240,000
Total value of the contract/lot: 240,000
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=966451683
VI.4) Procedures for review
VI.4.1) Review body
Natural History Museum
London, SW7 5BD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/07/2025