Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Development Framework (Consultants) |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | 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: | 19/12/2016 14:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./8KU537N8HT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 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: 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.1.5) Estimated total value:
Value excluding VAT: 50,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for one or more lots in any combination. However the Authority reserves the right to limit the number of lots awarded to any Tenderer based on financial turnover limits; further details are set out in the Procurement Documents. The Authority will apply the award criteria set out in the Procurement Documents in relation to the award of lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – Architecture (London)
Lot No: 1
II.2.2) Additional CPV codes:
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:
UKI LONDON
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKJ34 Isle of Wight
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 6 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
71530000 - Construction consultancy services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.
71540000 - Construction management services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
71530000 - Construction consultancy services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.
71540000 - Construction management services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
71530000 - Construction consultancy services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.
71540000 - Construction management services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
71530000 - Construction consultancy services.
71324000 - Quantity surveying services.
71541000 - Construction project management services.
71540000 - Construction management services.
II.2.3) Place of performance:
UKJ34 Isle of Wight
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 6 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 codes:
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:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of 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:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The Framework is awarded for an initial period of 4 years (48 months) with an option to extend for a further period of 1 year (12 months) up to a maximum of 5 years (60 months).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates: Applicants will be required to meet the Authority's minimum criteria and scoring threshold as set out in the Supplier Questionnaire (SQ). The top 10 scoring Candidates will be invited to tender for this lot.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: 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 III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Applicants will be required to complete a Supplier Questionnaire (SQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the SQ. The SQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
The Framework Agreement and the Call-Off Contracts forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 51
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: The Authority is establishing the Framework Agreement up to a maximum period of 5 years (60 months) in order to align with its "Development Programme" which is also established on the basis of a 5-year business plan. The Authority is justified in awarding an Agreement over this period to ensure consistency of service delivery and value for money.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 154 - 278324
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/01/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/02/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Applicants should note that the estimated value of the Framework Agreement and each Framework Lot as set out in this Notice is based on SHG’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement.” SHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. SHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their SQ or tender submissions.
The Framework Agreement will be open to use by the following organisations:
- Southern Housing Group (SHG)
- Any entity within the same group of companies as SHG from time to time (an “SHG Group Member”);
- any entity or joint venture company that SHG or any other SHG Group Member holds an interest in from time to time; and
- any Social Housing Provider operating in any of the regions that the Framework Agreement covers. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations. A list of current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./8KU537N8HT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8KU537N8HT
VI.4) Procedures for review
VI.4.1) Review body:
Southern Housing Group
Fleet House,, 59-61 Clerkenwell Road, London, EC1M 5LA, United Kingdom
Tel. +44 8456120021, Email: contracts@shgroup.org.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 will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be 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 lodging of appeals 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: 19/12/2016
Annex A
View any Notice Addenda
View Award Notice
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