Thurrock Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PS 2013 638 Design & Consultancy Framework - Housing Capital Programme MM |
Notice type: | Contract Notice |
Authority: | Thurrock Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. The intention is to establish a service framework agreement for Design & Consultancy Services - Housing Capital Programme for the design and management of works. The aim of which is to ensure good quality property standards are maintained for homes within the borough. Thurrock Council is planning to spend approximately GBP 100m over the next 5 years on both internal and external refurbishment and improvements works to existing homes. The value of works for the new build developments is estimated to be around GBP 200m over the next 5 years. To facilitate the delivery of these works, the contracting authorities wish to establish two frameworks. The first framework is a Design and Consultancy Framework - Housing Capital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the first framework. The Design and Consultancy Framework - Housing Capital Programme is divided into three lots Lot 1, Lot 2 and Lot 3. Please see the Lot section for a full breakdown of each lot requirements. Suppliers will be able to express an interest for all lots or one individual lot should they wish to do so. The Framework will be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority. Under the Public Services (Social Value) Act 2012 the contracting authority must consider, (a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) How, in conducting the process of procurement, it might act with a view to securing that improvement Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract NOTE Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https:/www.delta-esourcing.com/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following access code: 8Z8BJ7HP2A Please ensure you follow any instruction provided to you here. The deadline for submitting your responses is 5th February 2013 at 12:00 Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta e-sourcing Help desk on : call +44 8452707050 or email helpdesk@delta-esourcing.com |
Published: | 06/01/2014 15:29 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
New Road,, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652908, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
Contact: procurement@thurrock.gov.uk, Attn: Subject TED PS 2013 638 Design & Consultancy Framework MM
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Housing and community amenities
Other: Mixed use and mixed tenure buildings
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: PS 2013 638 Design & Consultancy Framework - Housing Capital Programme MM
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKH32 - Thurrock
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Justification for a framework agreement the duration of which exceeds four years:
not applicable
II.1.5)Short description of the contract or purchase:
Architectural, construction, engineering and inspection services. Architectural, engineering and planning services. Architectural and building-surveying services. Engineering services. Structural engineering consultancy services. Environmental Impact Assessment (EIA) services for construction. Building services consultancy services. Health and safety consultancy services. Quantity surveying services. Mechanical and electrical engineering services. Site-investigation services. Calculation of costs, monitoring of costs. Energy-efficiency consultancy services. Dimensional surveying services. Technical inspection services. Construction project management services. Project and design preparation, estimation of costs. Urban planning and landscape architectural services. The contracting authorities are about to embark upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council.
The intention is to establish a service framework agreement for Design & Consultancy Services - Housing Capital Programme for the design and management of works. The aim of which is to ensure good quality property standards are maintained for homes within the borough. Thurrock Council is planning to spend approximately GBP 100m over the next 5 years on both internal and external refurbishment and improvements works to existing homes.
The value of works for the new build developments is estimated to be around GBP 200m over the next 5 years.
To facilitate the delivery of these works, the contracting authorities wish to establish two frameworks. The first framework is a Design and Consultancy Framework - Housing Capital Programme which will cover professional services for the design and management of the works. The second framework will cover contractors to deliver the works. This OJEU notice covers only the first framework.
The Design and Consultancy Framework - Housing Capital Programme is divided into three lots Lot 1, Lot 2 and Lot 3. Please see the Lot section for a full breakdown of each lot requirements. Suppliers will be able to express an interest for all lots or one individual lot should they wish to do so.
The Framework will be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority.
Under the Public Services (Social Value) Act 2012 the contracting authority must consider,
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract
NOTE Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https:/www.delta-esourcing.com/delta
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following access code: 8Z8BJ7HP2A
Please ensure you follow any instruction provided to you here.
The deadline for submitting your responses is 5th February 2013 at 12:00 Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta e-sourcing Help desk on : call +44 8452707050 or email helpdesk@delta-esourcing.com
II.1.6)Common Procurement Vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71251000 - Architectural and building-surveying services.
71300000 - Engineering services.
71312000 - Structural engineering consultancy services.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71315210 - Building services consultancy services.
71317210 - Health and safety consultancy services.
71324000 - Quantity surveying services.
71334000 - Mechanical and electrical engineering services.
71510000 - Site-investigation services.
71244000 - Calculation of costs, monitoring of costs.
71314300 - Energy-efficiency consultancy services.
71353200 - Dimensional surveying services.
71631000 - Technical inspection services.
71541000 - Construction project management services.
71242000 - Project and design preparation, estimation of costs.
71400000 - Urban planning and landscape architectural services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range between 40,000,000 and 60,000,000 GDP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Full Design Services for projects with a construction value of GBP £5,000,000 and under
1)Short Description:
Full Design Services for projects with a construction value of GBP £5,000,000 and under. Services that are required under this lot include;
Lead Consultants
Architect
Structural engineer
Services engineer
CDM Co-ordinator / H&S
Land surveying/topography/ordinance
Planning/Flood Risk EIA
Party Wall / RoL
Code for Sustainable Homes
Building Control (Approved Inspectors)
2)Common Procurement Vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71242000 - Project and design preparation, estimation of costs.
71251000 - Architectural and building-surveying services.
71312000 - Structural engineering consultancy services.
71314300 - Energy-efficiency consultancy services.
71315210 - Building services consultancy services.
71317210 - Health and safety consultancy services.
71334000 - Mechanical and electrical engineering services.
71510000 - Site-investigation services.
71353200 - Dimensional surveying services.
71400000 - Urban planning and landscape architectural services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Full Design Services for projects with a construction value of GBP £5,000,001 and above
1)Short Description:
Full Design Services for projects with a construction value of GBP £5,000,001 and above
Services that are required under this lot include
Architect
Structural engineer
services engineer
CDM Co-ordinator/H&S
Land Surveying /Topography/Ordinance
PLanning/Flood Risk/EIA
Party Wall/RoL
Code for Sustainable Homes
Building Control (Approved Inspector)
2)Common Procurement Vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71242000 - Project and design preparation, estimation of costs.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71312000 - Structural engineering consultancy services.
71314300 - Energy-efficiency consultancy services.
71315210 - Building services consultancy services.
71317210 - Health and safety consultancy services.
71334000 - Mechanical and electrical engineering services.
71353200 - Dimensional surveying services.
71510000 - Site-investigation services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Delivery Services for New Build & Refurbishment Projects
1)Short Description:
Delivery Services for New Build and refurbishment Projects. This lot will include the following services.
All the services listed below must be delivered by a single supplier
Employers agent
Project Management
Contract administration
Quantity Surveyor
Cost Consultant
Clerk of Works
2)Common Procurement Vocabulary:
71242000 - Project and design preparation, estimation of costs.
71244000 - Calculation of costs, monitoring of costs.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71631000 - Technical inspection services.
71541000 - Construction project management services.
71324000 - Quantity surveying services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits, guarantees or bonds will be set out in the PQQ/Tender Documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any deposits, guarantees or bonds will be set out in the PQQ/tender documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Services required under Lots 1 and 2 can either be supplied by a single supplier undertaking all of the services or by a lead supplier with services provided by sub-contracted third parties. Where the latter grouping is proposed, there must be a nominated lead organisation to contract with the Contracting Authority or purchasing authorities who shall be joint and severally liable in respect to the obligations on all matters relating to the Framework Agreement.
For the avoidance of doubt all of the services required under Lot 3 are to be delivered by a single supplier. Sub contracting or other grouping of suppliers will not be acceptable for this lot.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The successful Framework contractors will be required to actively participate in the achievement of social and environmental policy objectives including the recruitment and training and the support or employment of apprentices. Long term job seekers, school leavers residents and small and medium enterprises. Accordingly, contract performance conditions will relate in particular to social and environmental considerations.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 6 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
For each Lot a minimum of 5 and a maximum 15 suppliers will be invited to tender. It is envisaged that the final framework will have between 6-8 suppliers per lot.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS 2013 638
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 04/02/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/02/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Section 1.1 Thurrock Council is acting as lead contracting authority on behalf of the following contracting authorities(and their statutory successors and organisations created as a result of reorganisation or organisational changes).
i) Gloriana Thurrock Ltd
ii) Any wholly owned entity or arms length bodies or agencies established or to be established by the Contracting Authority in the area of the Thurrock Council.
iii) Any joint venture partnership between the Thurrock Borough and a third party
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Grays:-Architectural%2C-construction%2C-engineering-and-inspection-services./8Z8BJ7HP2A
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8Z8BJ7HP2A
GO-201416-PRO-5370633 TKR-201416-PRO-5370632
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Thurrock Council
Royal Courts of Justice, Strand, WC2 2LL London, UNITED KINGDOM
Tel. +44 1375652243
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 06/01/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Grays: Architectural, construction, engineering and inspection services.
I.1)Name, Addresses and Contact Point(s):
Thurrock Council
New Road,, Grays, RM17 6SL, United Kingdom
Tel. +44 1375652908, Email: procurement@thurrock.gov.uk, URL: www.thurrock.gov.uk
Contact: procurement@thurrock.gov.uk, Attn: Subject TED PS 2013 638 Design & Consultancy Framework MM
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: PS 2013 638 Design & Consultancy Framework - Housing Capital Programme MM
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKH32 - Thurrock
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Architectural, construction, engineering and inspection services. Architectural, engineering and planning services. Architectural and building-surveying services. Engineering services. Structural engineering consultancy services. Environmental Impact Assessment (EIA) services for construction. Building services consultancy services. Health and safety consultancy services. Quantity surveying services. Mechanical and electrical engineering services. Site-investigation services. Calculation of costs, monitoring of costs. Energy-efficiency consultancy services. Dimensional surveying services. Technical inspection services. Construction project management services. Project and design preparation, estimation of costs. Urban planning and landscape architectural services. The contracting authorities have embarked upon a Capital Housing Works Programme consisting of refurbishment and improvement works and new build development programme within the administration area of Thurrock Council. The intention of this procurement exercise was to establish a service framework agreement for Design & Consultancy Services - Housing Capital Programme for the design and management of works. The aim of which is to ensure good quality property standards are maintained for homes within the borough. To facilitate the delivery of the new build development works, the contracting authorities have established two frameworks. The first framework is a Design and Consultancy Framework - Housing Capital Programme which covers professional services for the design and management of the works. The second framework covers contractors to deliver the works. This OJEU Award Notice covers only the first framework.The Design and Consultancy Framework - Housing Capital Programme Framework is divided into three lots and will be used by any wholly owned entity or arms length bodies or agencies established by the Contracting Authority. The estimated value of the Framework is up to GBP 12m per annum over four years.
II.1.5)Common procurement vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
71240000 - Architectural, engineering and planning services.
71251000 - Architectural and building-surveying services.
71300000 - Engineering services.
71312000 - Structural engineering consultancy services.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71315210 - Building services consultancy services.
71317210 - Health and safety consultancy services.
71324000 - Quantity surveying services.
71334000 - Mechanical and electrical engineering services.
71510000 - Site-investigation services.
71244000 - Calculation of costs, monitoring of costs.
71314300 - Energy-efficiency consultancy services.
71353200 - Dimensional surveying services.
71631000 - Technical inspection services.
71541000 - Construction project management services.
71242000 - Project and design preparation, estimation of costs.
71400000 - Urban planning and landscape architectural services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 50
Price - 50
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: PS 2013 638
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Anthony Keith Architects Limited
Postal address: 19 Lansdowne, Terrace, Gosforth,
Town: Newcastle Upon Tyne
Postal code: NE3 1HP
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pellings LLP
Postal address: 24 Widmore Road, Bromley
Town: Kent
Postal code: BR1 1RY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Frankham Consultancy Group Limited
Postal address: Irene House, Five Arches Business Park, Maidstone Road
Town: Sidcup
Postal code: DA14 5AE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Mace Limited
Postal address: 155 Moorgate
Town: London
Postal code: EC2M 6XB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: PRP Architects LLP
Postal address: Ferry Works, Summer Road, Thames Ditton
Town: Surrey
Postal code: KT7 0QJ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Baily Garner
Postal address: 146/148 Eltham Hill
Town: London
Postal code: SE9 5DY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
7: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: ECD Architects
Postal address: Studio 3, Blue Lion place, 237 Long Lane
Town: London
Postal code: SE1 4PU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
8: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND UNDER
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Calfordseaden LLP
Postal address: Devonshire House, 60 Goswell Road
Town: London
Postal code: EC1M 7AD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
9: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Arcus Consulting
Postal address: Corner House, 177 Cross Street, Sale
Town: Manchester
Postal code: M33 7JQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
10: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Potter Raper
Postal address: Duncan House, Burnhill Road, Beckenham
Town: Kent
Postal code: BR3 3LA
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
11: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Airey Miller Partnership LLP
Postal address: Kelsey House, 77 High Street, Beckenham
Town: Kent
Postal code: BR3 1AN
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
12: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: DELIVERY SERVICES FOR ALL PROJECTS
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Robinson Low Francis LLP
Postal address: 54 St John Street
Town: London
Postal code: EC1M 4HF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
13: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: FULL DESIGN SERVICS – PROJECTS WITH A VALUE OF £5m AND ABOVE
V.1)Date Of Contract Award: 01/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Haworth Tompkins Limited
Postal address: 33 Greenwood Place
Town: London
Postal code: NW5 1LB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Section 1.1 Thurrock Council is acting as lead contracting authority on behalf of the following contracting authorities(and their statutory successors and organisations created as a result of reorganisation or organisational changes).i) Gloriana Thurrock Ltdii) Any wholly owned entity or arms length bodies or agencies established or to be established by the Contracting Authority in the area of the Thurrock Council.iii) Any joint venture partnership between the Thurrock Borough and a third party
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=125019868
GO-201557-PRO-6581978 TKR-201557-PRO-6581977
VI.3.1)Body responsible for appeal procedures:
Thurrock Council
Royal Courts of Justice, Strand, WC2 2LL London, UNITED KINGDOM
Tel. +44 1375652243
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 07/05/2015