Northern Housing Consortium Ltd : Residential Property Development and Asset Management Consultancy DPS

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Residential Property Development and Asset Management Consultancy DPS
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Dynamic Purchasing System for Residential Property Development and Asset Management Consultancy for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ Specific requirements of each member will be issued in the form of a Competition Procedure when calling off from the DPS.
Published: 10/10/2019 17:46
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Sunderland: Building services consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Contact: Drew Frame
             Main Address: www.consortiumprocurement.org.uk
             NUTS Code: UK
      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: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Building-services-consultancy-services./X2JGW27685
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/X2JGW27685 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
            Other type:: Central Purchasing Body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Residential Property Development and Asset Management Consultancy DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315210 - Building services consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Dynamic Purchasing System for Residential Property Development and Asset Management Consultancy for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Specific requirements of each member will be issued in the form of a Competition Procedure when calling off from the DPS.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000,000       
      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: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Radon Gas       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71315210 - Building services consultancy services.
      71351220 - Geological consultancy services.
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Testing
•Remediation
•Servicing
      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: 54,545,454       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X2JGW27685       
II.2) Description Lot No. 2
      
      II.2.1) Title: Energy Testing       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•EPCs – Energy Performance Certificates
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Land Surveys       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71313000 - Environmental engineering consultancy services.
      71351220 - Geological consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Archaeological
•Topographical
•Chemical
•Percolation
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Stock Condition       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Utilities
•Noise
•Air tightness
•Thermal imaging
•Lighting
•Insulation
•Disrepair
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Structural Surveying       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Timber care
•Steel
•Existing Stock
•New Builds
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Ecological       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Arboriculture surveys and appraisals
•Ecological surveys and appraisals
•Protected Species Surveys
•Invasive species
•Habitat Surveys
•Environmental Design
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Compliance Software       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      72200000 - Software programming and consultancy services.
      72266000 - Software consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Bespoke
•Off the shelf
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Asset Management Software       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      72200000 - Software programming and consultancy services.
      72266000 - Software consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Bespoke
•Off the shelf
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Audits       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      79212000 - Auditing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Electrical
•Gas
•Asbestos
•Legionella
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: Traffic and Transport       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      71311200 - Transport systems consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Parking surveys
•Market research
•Manual traffic counts
•Radar speed surveys
•Journey time surveys
•Automatic traffic counts
•Public transport surveys
•Video surveys and analysis
•Roadside interview surveys
•Household interview surveys
•Pedestrian counts and interviews
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: General Asset Consultancy       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Including but not limited to:
•Planning
•Strategy writing
•Strategy Implementation
•Analytics
•Design – existing and new build
•Staffing e.g. secondments
      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: 54,545,454.55       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 10/10/2019 / End: 10/10/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      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          
      Not Provided          
      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: No

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 - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/10/2029 Time: 00:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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): 120
      
      

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 No       
   Electronic payment will be used No       
   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. The DPS will be available for all current and future Consortium Members, further information on who can accessthe framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award contracts under one or a combination of categories to meet their requirements.
Please note this is a DPS which will aim to open 10.10.2019 and remain open until 10.10.2029
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Building-services-consultancy-services./X2JGW27685

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X2JGW27685
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, United Kingdom
       Tel. +44 1915661000
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3
          Sunderland, United Kingdom
          Tel. +44 1915661000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/10/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Seaham: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Believe Housing
       Coast House, Spectrum 4, Spectrum Business Park, Seaham, SR7 7TT, United Kingdom
       Tel. +44 7769672469, Email: geoff.parker@believehousing.co.uk
       Contact: Geoff Parker
       Main Address: www.believehousing.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Believe Housing, Sep 21, Radon Gas            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Surveying of radon gas throughout Believe Housing's properties.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 17,550
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.
            71351220 - Geological consultancy services.
            90713000 - Environmental issues consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Surveying of radon gas within Believe Housing properties

      II.2.5) Award criteria:
      Quality criterion - Name: Mobilisation / Weighting: 20
      Quality criterion - Name: Communication / Weighting: 20
      Quality criterion - Name: KPIs / Weighting: 10
      Quality criterion - Name: Previous Experience / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/07/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BCS Property Projects Limited, 10824420
             8 Cleveland Industrial Estate, Forge Way, Darlington, DL1 2PB, United Kingdom
             NUTS Code: UK
            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: 17,550          
         Total value of the contract/lot: 17,550
         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=643110307

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 12/11/2021




UK-Barnsley: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Berneslai Homes Limited, 04548803
       Level 10 Gateway Plaza, off Sackville Street, Barnsley, S70 2RD, United Kingdom
       Tel. +44 1226775555, Email: lindseywalker@berneslaihomes.co.uk
       Contact: Lindsey Walker
       Main Address: www.berneslaihomes.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Berneslai Homes Limited, Oct 21, Cat 4 (MDA) Stock Condition Surveys            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of Stock Condition Surveys under Asset Management DPS

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 400,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Supply of Stock Condition Surveys under Asset Management DPS

      II.2.5) Award criteria:
      Quality criterion - Name: Service Delivery / Weighting: 8
      Quality criterion - Name: Tenant Satisfaction / Weighting: 8
      Quality criterion - Name: Occupied Properties / Weighting: 8
      Quality criterion - Name: Quality Management / Weighting: 8
      Quality criterion - Name: Data Protection / Weighting: 8
                  
      Cost criterion - Name: Pricing / Weighting: 40
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, HD9 6LB, United Kingdom
             NUTS Code: UK
            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: 400,000          
         Total value of the contract/lot: 400,000
         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=643226785

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 22/12/2021




UK-Barnsley: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Berneslai Homes Limited
       Level 10 Gateway Plaza, off Sackville Street, Barnsley, S70 2RD, United Kingdom
       Tel. +44 1226775555, Email: lindseywalker@berneslaihomes.co.uk
       Contact: Lindsey Walker
       Main Address: www.berneslaihomes.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Berneslai Homes Limited, Nov 21, Cat 4 (ACLLP) Stock Condition Surveys            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of Stock Condition Surveys under Asset Management DPS

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 400,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Supply of Stock Condition Surveys under Asset Management DPS

      II.2.5) Award criteria:
      Quality criterion - Name: Service Delivery / Weighting: 8
      Quality criterion - Name: Tenant Satisfaction / Weighting: 8
      Quality criterion - Name: Occupied Properties / Weighting: 8
      Quality criterion - Name: Quality Management / Weighting: 8
      Quality criterion - Name: Data Protection / Weighting: 8
                  
      Cost criterion - Name: Pricing / Weighting: 60
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arcus Consulting LLP, OC304735
             3rd Floor Dalton House, Dane Road, Sale, Greater Manchester, M33 7AR, United Kingdom
             NUTS Code: UK
            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: 400,000          
         Total value of the contract/lot: 400,000
         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=643227397

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 22/12/2021




UK-Newcastle Upon Tyne: Software programming and consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Karbon Homes Limited, RS007529
       Number Five, Gosforth Park Avenue, Gosforth Business Park, Newcastle Upon Tyne, NE12 8EG, United Kingdom
       Tel. +44 1912238664, Email: procurement@karbonhomes.co.uk
       Contact: Procurement Team
       Main Address: www.karbonhomes.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Karbon Homes Limited, Nov 21, Cat 7 (ECT) Compliance Software            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72200000 - Software programming and consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Compliance Software

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 168,200
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.
            72200000 - Software programming and consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Supply of Compliance Software

      II.2.5) Award criteria:
      Quality criterion - Name: Demonstration - Must Have / Weighting: 35
      Quality criterion - Name: Demonstration - Should Have / Weighting: 10
      Quality criterion - Name: Demonstration - Could Have / Weighting: 8
      Quality criterion - Name: Demonstration - Would Have / Weighting: 3
      Quality criterion - Name: Demonstration - Added Value / Weighting: 10
      Quality criterion - Name: Quality - General / Weighting: 4
      Quality criterion - Name: Quality - Implementation and Management / Weighting: 4
      Quality criterion - Name: Quality - Key Performance Indicators / Weighting: 4
      Quality criterion - Name: Quality - Social Value / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 20
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Energy and Compliance Technology Limited, 07311760
             6 Mariner Court, Calder Park, Wakefield, WF4 3FL, United Kingdom
             NUTS Code: UK
            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: 168,200          
         Total value of the contract/lot: 168,200
         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=643228134

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 22/12/2021




UK-Bradford: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Anchor Hanover Group, IP16324R
       2 Godwin Street, Bradford, BD1 2ST, United Kingdom
       Tel. +44 1480475069, Email: Deepinder.kaur@anchor.org.uk
       Contact: Deepinder Kaur
       Main Address: www.anchor.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Anchor Hanover Group, Mar 22, Cat 1 BCS Property Projects Ltd            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Radon Gas Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 97,766.96
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.
            71351220 - Geological consultancy services.
            90713000 - Environmental issues consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: For the supply of Radon Gas Services

      II.2.5) Award criteria:
      Quality criterion - Name: Mobilisation / Weighting: 15
      Quality criterion - Name: Communication and Customer Relationship Management / Weighting: 15
      Quality criterion - Name: Case Studies / Weighting: 30
                  
      Cost criterion - Name: Appendix B - Radon AHG Locations and Pricing Schedule template / Weighting: 40
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BCS Property Projects Ltd, 10824420
             8 Cleveland Industrial Estate, Forge Way, Darlington, DL1 2PB, United Kingdom
             NUTS Code: UK
            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: 97,766.96          
         Total value of the contract/lot: 97,766.96
         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=643228744

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 12/04/2022




UK-Ashington: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Bernicia Group Limited
       Ashwood Business Park, Oakwood Way, Ashington, NE63 0XF, United Kingdom
       Tel. +44 7483326625, Email: Colin.kingshott@bernicia.com
       Contact: Colin Kingshott
       Main Address: www.bernicia.com
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Bernicia Group Limited, Apr22 Cat 1 BCS Property Projects Limited            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Radon Gas Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 40,184
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: For the supply of Radon Gas Services

      II.2.5) Award criteria:
      Quality criterion - Name: Quality Question 1 – Experience and Programme / Weighting: 20
      Quality criterion - Name: Quality Question 2- Managing Appointments / Weighting: 20
      Quality criterion - Name: Quality Question 3- Customer Services / Weighting: 20
                  
      Cost criterion - Name: Pricing / Weighting: 40
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BCS Property Projects Ltd, 10824420
             8 Cleveland Industrial Estate, Forge Way, Darlington, DL1 2PB, United Kingdom
             NUTS Code: UK
            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: 40,184          
         Total value of the contract/lot: 40,184
         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=643229514

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 12/04/2022




UK-Coventry: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Orbit Group Limited, 28503R
       Garden Court, Binley Business Park, Binley, Coventry, CV3 2SU, United Kingdom
       Tel. +44 8006781221, Email: Group.tenders@orbit.org.uk
       Contact: Julie Mepham
       Main Address: www.consortiumprocurement.org.uk, Address of the buyer profile: https://orbitgroup.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Orbit Group Ltd and TCW, Jun22, Cat7            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Compliance Software

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 249,750
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72200000 - Software programming and consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: For the supply of Compliance Software

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 = Must Hane / Weighting: 30
      Quality criterion - Name: Criterion 2 = Should Have / Weighting: 25
      Quality criterion - Name: Criterion 3 = Could Have / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 = Price / Weighting: 35
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             The Compliance Workbook, 08760486
             5 Bridge Street, Birkenhead, Wirral, CH41 1AS, United Kingdom
             NUTS Code: UK
            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: 249,750          
         Total value of the contract/lot: 249,750
         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=643230130

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 24/06/2022




UK-Edinburgh: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Trust Housing Association, SC009086
       12 New Mart Road, Edinburgh, EH14 1RL, United Kingdom
       Tel. +44 1314444977, Email: davidh@trustha.org.uk
       Contact: David Haddow
       Main Address: www.trustha.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Trust Housing Association & TCW, Cat 7, Aug22            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Residential Property Development and Asset Management Consultancy for the provision of Compliance Software

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 42,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72200000 - Software programming and consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Residential Property Development and Asset Management Consultancy for the provision of Compliance Software

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Specification Requirement ( includes all 13 requirements = PASS/FAIL / Weighting: 0
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 100
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/07/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             The Compliance Workbook, 08760486
             5 Bridge Street, Birkenhead, CH41 1AS, United Kingdom
             NUTS Code: UK
            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: 42,000          
         Total value of the contract/lot: 42,000
         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=709235156

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/08/2022




UK-Sheffield: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Arches Housing
       122 Burngreave Road, Sheffield, S3 9DE, United Kingdom
       Tel. +44 1142288116, Email: tenders@consortiumprocurement.org.uk
       Contact: Sally Steade
       Main Address: www.archeshousing.org.uk, Address of the buyer profile: www.archeshousing.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Arches Housing, Nov22, Cat4 Pennington Choices            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Building Services Consultancy Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 53,111
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: For the supply of Building Services Consultancy Services

      II.2.5) Award criteria:
      Quality criterion - Name: Question 1- Mobilisation / Weighting: 20
      Quality criterion - Name: Question 2- Project Management and Day to day operation / Weighting: 5
      Quality criterion - Name: Question 3- Data Quality and Validation / Weighting: 5
                  
      Cost criterion - Name: Pricing / Weighting: 70
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/11/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pennington Choices Limited, 03945920
             Brookfield House, Grimsditch Lane, Off Tarporley Road, Norcott Brook, Cheshire, WA4 4EA, United Kingdom
             NUTS Code: UK
            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: 53,111          
         Total value of the contract/lot: 53,111
         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=709235761

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/12/2022




UK-Carmarthen: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Stori Wales, 26412R
       Stephens Way, Pensarn, Carmarthen, SA31 2BG, United Kingdom
       Tel. +44 7876680667, Email: Leon.paoletta@storicymru.org.uk
       Contact: Leon Paoletta
       Main Address: https://storicymru.org.uk/, Address of the buyer profile: https://storicymru.org.uk/
       NUTS Code: UK

   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: Stori Wales, Cat4, Apr23            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System for Stock Condition

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 11,040.23
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Dynamic Purchasing System for Stock Condition

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Mobilisation / Weighting: 20
      Quality criterion - Name: Criterion 2 - Project Management and Day to day operation / Weighting: 5
      Quality criterion - Name: Criterion 3 - Data Quality and Validation / Weighting: 5
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 70
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/04/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Property Tectonics Ltd, 03611608
             Lowry Mill, Suite 16, Lees Street, Manchester, M27 6DB, United Kingdom
             NUTS Code: UK
            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: 11,040.23          
         Total value of the contract/lot: 11,040.23
         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=709236531

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 28/04/2023




UK-Preston: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Lancashire County Council
       County Hall, Preston, PR1 0LD, United Kingdom
       Tel. +44 1772539712, Email: Digitalprocurement@lancashire.gov.uk
       Contact: Lancashire County Council
       Main Address: www.lancashire.gov.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: Lancashire County Council, Feb24, Cat10            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System for Category 10: Traffic and Transport Surveys

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 250,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71311200 - Transport systems consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Dynamic Purchasing System for Category 10: Traffic and Transport Surveys

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 30
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2024

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Nationwide Data Collection Ltd, 06688642
             Haseley Office Centre, Firs Lane, Haseley, Haseley, CV35 7LS, United Kingdom
             NUTS Code: UK
            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: 250,000          
         Total value of the contract/lot: 250,000
         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=709240669

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/03/2024




UK-London: Building services consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Brent
       Engineers Way, Wembley, London, HA9 0FJ, United Kingdom
       Tel. +44 2089372988, Email: Tin_Chi.Lee@Brent.Gov.UK
       Contact: Tin-Chi Lee
       Main Address: www.brent.gov.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      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: London Borough of Brent, Cats2&4, Dec23            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71315210 - Building services consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System for Residential Property Development and Asset Management Consultancy for Energy Testing & Stock Condition

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 318,989.94
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71315210 - Building services consultancy services.
            71314300 - Energy-efficiency consultancy services.
            71315200 - Building consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Dynamic Purchasing System for Residential Property Development and Asset Management Consultancy for Energy Testing & Stock Condition

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 50
      Quality criterion - Name: Criterion 2 - Social Value / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 40
            

      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: No
         

      II.2.14) Additional information: Not Provided


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
       Notice number in the OJEU: 2019/S 199-483872
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/11/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Property Tectonics Ltd, 03611608
             Lowry Mill, Suite 16, Lees Street, Manchester, M27 6DB, United Kingdom
             NUTS Code: UK
            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: 318,989.94
         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=709242754

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmedor are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and NorthernIreland). As stated within the Regulations, any such action must be started within 30 days beginning with thedate when the aggrieved party first knew or ought to have known that grounds for starting the proceedings hadarisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 26/03/2024