South East Consortium is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Consultancy Services Framework |
Notice type: | Contract Notice |
Authority: | South East Consortium |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental. |
Published: | 06/09/2016 15:17 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
South East Consortium
Building 190, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.co.uk
Contact: Louise Free
Main Address: https://www.southeastconsortium.org.uk, Address of the buyer profile: https://www.delta-esourcing.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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Framework
Reference Number: SEC6027
II.1.2) Main CPV Code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 3
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: Multi Disciplined Requirements for Property and Construction
Lot No: 1
II.2.2) Additional CPV codes:
72224000 - Project management consultancy services.
71312000 - Structural engineering consultancy services.
71530000 - Construction consultancy services.
73220000 - Development consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not be limited to multi-discipline consultancy requirements for property and construction from programme inception to completion.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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. 2
II.2.1) Title: Programme and Project Management
Lot No: 2
II.2.2) Additional CPV codes:
72224000 - Project management consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services could include but not be limited to project and contract management, quantity surveying, clerk of works, CDM 2015, EA services, risk management, feasibility studies, planning compliance
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Asset Management Surveying Services
Lot No: 3
II.2.2) Additional CPV codes:
71355000 - Surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not be limited to stick condition surveys, Fire Risk Assessments, EPC's, Building and Structural Surveying, Housing Health and Safety Rating systems and Disability Access Audits.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Building Services (Mechanical and Electrical)
Lot No: 4
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: Services to include but not be limited to lift consultancy, heating, site and plant audits, maintenance and electrical surveys
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Design Services
Lot No: 5
II.2.2) Additional CPV codes:
79415200 - Design consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not be limited to architectural services, landscape design, structural inspections, planning and feasibility studies.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Environmental
Lot No: 6
II.2.2) Additional CPV codes:
71351220 - Geological consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Services to include but not be limited to soil surveys, ecological and topographical surveys, flood risk, geo-environmental and technical investigations, invasive species eradication, sustainability advise.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 36
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: 2016/S 118 - 209846
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/10/2016 Time: 13:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 07/10/2016
Time: 13:00
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Building-consultancy-services./ZMZS947UY6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZMZS947UY6
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
, Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, C2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/09/2016
Annex A
View any Notice Addenda
UK-Sittingbourne: Building consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
South East Consortium
Building 190, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.co.uk
Contact: Louise Free
Main Address: https://www.southeastconsortium.org.uk, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Framework Reference number: SEC6027
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/09/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 187621
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 06/09/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.14)
Lot No: Not provided
Place of text to be modified: Not provided
Instead of: Nothing
Read: Framework accessible to publicly funded organisations.Eligibility inc but not ltd to Registered social landlords England & Wales https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/527208/List_of_Registered_Providers_1_June_2016.csv/preview. http://www.idea.gov.uk/idk/org/la-data.do?sortOrder=a&category=A. TMOs,Management Orgs&ALMOs,NHS bodies&Trusts incNHS authorities,trusts, councils, boards&NHS Choices http://www.nhs.uk/servicedirectories/pages/primarycaretrustlisting.aspx. All police forces & other emergency services, inc http://www.police.uk/forces.htm, http://www.fireservice.co.uk/information/ukfrs.php. All educational establishments inc schools maintained by LAs, academies,city technology colleges,learning &skills council,colleges,universities,furthereducation estblshmts.Registered charities at http://www.charity-commission.gov.uk/.Contracting authorities under PCR 2015& Schedule 1PCR 2015 and registered Schedule 1 to Utilities Contracts Regs 2006.
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=218444632
Consultancy Services Framework
UK-Sittingbourne: Building consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
South East Consortium
Building 190, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.co.uk
Contact: Louise Free
Main Address: https://www.southeastconsortium.org.uk, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Framework Reference number: SEC6027
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 20/09/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 187621
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 06/09/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2
Lot No: 5
Place of text to be modified: II.2.2)
Instead of:
79415200 - Design consultancy services.
Read:
71220000 - Architectural design services.
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=219714640
Consultancy Services Framework
UK-Sittingbourne: Building consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
South East Consortium
Building 190, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.co.uk
Contact: Louise Free
Main Address: https://www.southeastconsortium.org.uk, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Consultancy Services Framework Reference number: SEC6027
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 06/10/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 187621
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 06/09/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Not provided
Instead of:
Date: 07/10/2016
Local Time: 13:00
Read:
Date: 11/10/2016
Local Time: 13:00
VII.2) Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=221902849
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
South East Consortium
Building 190, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434464, Email: louise.free@southeastconsortium.co.uk
Contact: Louise Free
Main Address: https://www.southeastconsortium.org.uk, Address of the buyer profile: https://www.delta-esourcing.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: 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: Consultancy Services Framework - 2016/S 118-209846
Reference number: SEC6027
II.1.2) Main CPV code:
71315200 - Building consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of building consultancy services on behalf of current and future SEC members, covering construction, programme management, asset management, building design, architectural and environmental.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 10,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Multi Disciplined Requirements for Property and Construction
Lot No:1
II.2.2) Additional CPV code(s):
72224000 - Project management consultancy services.
71312000 - Structural engineering consultancy services.
71530000 - Construction consultancy services.
73220000 - Development 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: Services to include but not be limited to multi-discipline consultancy requirements for property and construction from programme inception to completion.
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 2)
II.2.1) Title:Programme and Project Management
Lot No:2
II.2.2) Additional CPV code(s):
72224000 - Project management 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: Services could include but not be limited to project and contract management, quantity surveying, clerk of works, CDM 2015, EA services, risk management, feasibility studies, planning compliance
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 3)
II.2.1) Title:Asset Management Surveying Services
Lot No:3
II.2.2) Additional CPV code(s):
71355000 - Surveying 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: Services to include but not be limited to stick condition surveys, Fire Risk Assessments, EPC's, Building and Structural Surveying, Housing Health and Safety Rating systems and Disability Access Audits.
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 4)
II.2.1) Title:Building Services (Mechanical and Electrical)
Lot No:4
II.2.2) Additional CPV code(s):
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: Services to include but not be limited to lift consultancy, heating, site and plant audits, maintenance and electrical surveys
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 5)
II.2.1) Title:Design Services
Lot No:5
II.2.2) Additional CPV code(s):
79415200 - Design 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: Services to include but not be limited to architectural services, landscape design, structural inspections, planning and feasibility studies.
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 6)
II.2.1) Title:Environmental
Lot No:6
II.2.2) Additional CPV code(s):
71351220 - Geological 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: Services to include but not be limited to soil surveys, ecological and topographical surveys, flood risk, geo-environmental and technical investigations, invasive species eradication, sustainability advise.
II.2.5) Award criteria:
Not Provided
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: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Multi Disciplinary
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Baily Garner LLP
146-148 Eltham Hill, London, SE9 2PN, United Kingdom
Email: pqq_tenders@bailygarner.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Pellings LLP
24 Widmore Road, Bromley, Kent, BR1 1RY, United Kingdom
Email: submissions@pellings.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise, Orpington, Kent, BR6 0JA, United Kingdom
Email: robinfaithorn@effefftee.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Ridge & Partners LLP
Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
Email: scooper@ridge.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Kendall Kingscott Ltd
Glenworth Court, LIme Kiln Close, Stoke Gifford, Bristol, BS34 8SR, United Kingdom
Email: emma.speller@kendallkingscott.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Potter Raper Partnership
Duncan House, Burnhill Road, Beckenham, Kent, BR3 3LA, 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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Contract and Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Pellings LLP
24 Widmore Road, Bromley, Kent, BR1 1RY, United Kingdom
Email: submissions@pellings.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Faithorn Farrell Timm LLP
Central Court, 1 Knoll Rise, Orpington, Kent, BR6 0JA, United Kingdom
Email: robinfaithorn@effefftee.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Turner & Townsend Project Management
Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
Email: james.stammers@turntown.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Calford Seaden
St Johns House, 1a Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
Email: jharrod@calfordseaden.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Churchill Hui
Grosvenor House, 4-7 Station Road, Sunbury, TW16 6BS, United Kingdom
Email: claire.crook@churchill-hui.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Potter Raper Partnership
Duncan House, Burnill Road, Beckenham, Kent, BR3 3LA, United Kingdom
Email: philip.bass@prp.gb.com
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Asset Management Surveys
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise, Orpington, Kent, BR6 0JA, United Kingdom
Email: robinfaithorn@effefftee.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Baily Garner LLP
146-148 Eltham Hill, London, SE9 2PN, United Kingdom
Email: pqq_tenders@bailygarner.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
John Rowan & Partners LLP
4th Floor Craven House, 40-44 Uxbridge Road, Ealing, West London, W5 2BS, United Kingdom
Email: jrptenders@jrp.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Savills (UK) Ltd
33 Margate Street, London, W1G 0JD, United Kingdom
Email: gwheeler@savills.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Pennington Choices
Brookfield House, Tarporley Road, Norcott Brook, Cheshire, WA4 4EA, United Kingdom
Email: tenders@pennington.org.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Pellings LLP
24 Widmore Road, Bromley, Kent, BR1 1RY, United Kingdom
Email: submissions@pellings.co.uk
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Building Services (Mechanical and Electrical)
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Calford Seaden
St Johns House, 1a Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
Email: jharrod@calfordseaden.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
NPS Property Consultants Ltd
Lancaster House, 16 Central Avenue, St Andrews Business Park, Norwich, Norfolk, NR7 0HR, United Kingdom
Email: bids@nps.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Baily Garner LLP
146-148 Eltham Hill, London, SE9 2PN, United Kingdom
Email: pqq_tenders@bailygarner.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
MAND (PLS)
150 Eltham Hill, London, SE9 5DY, United Kingdom
Email: larissa.francis@mandpls.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Gas Contract Services Ltd
Suite 2, Taunton House, Waterside Court, Neptune Way, Rochester, Kent, ME2 4NZ, United Kingdom
Email: steve.little@gas-contract-services.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Cundall Johnston & Partners LLP
Partnership House, Regent Farm Road, Newcastle Upon Tyne, NE3 3AF, United Kingdom
Email: p.owens@cundall.com
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Architectural Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Kendall Kingscott Ltd
Glentworth Court, Lime Kiln Close, Stoke Gifford, Bristol, BS34 8SR, United Kingdom
Email: emma.speller@kendallkingscott.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Calford Seaden
St Johns House, 1a Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
Email: jharrod@calfordseaden.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Michael Dyson Associates Ltd
West House, Meltham Road, Honley, Holmfirth, HD9 6LB, United Kingdom
Email: lbrierley@mdyson.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Hunter & Partners Ltd
Space One, Beaden Road, London, W6 0EA, United Kingdom
Email: s.magyar@hunters.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
ECD Architects Ltd
Studio 3 Blue Lion Place, 237 Lond Lane, London, SE2 4PU, United Kingdom
Email: katrina.thomas@ecda.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
PCKO Ltd
5-8 Hardwick Street, London, EC1R 4RG, United Kingdom
Email: d.d@pcko.co.uk
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Environmental
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/11/2016
V.2.2) Information about tenders
Number of tenders received: 63
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 63
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Landmark Information Group
5-7 Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
Email: william.kirk@landmark.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Environmental Scientifics Group Ltd
Geotechnical House, 18 Deeside Industrial Park, 19 Drome Road, Deeside, RH19 4QA, United Kingdom
Email: paul.tilley@esg.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Southern Testing
Keeble House, Stuart Way, East Grinstead, West Sussex, RH19 4QA, United Kingdom
Email: Mstevenson@southerntesting.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
RSK Environmental Ltd
Anerley Court, Half Moon Lane, Hildenborough, Tonbridge, Kent, TN11 9HU, United Kingdom
Email: sjkirk@rsk.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Schofield Lothian Ltd
Temple Chambers, 3-7 Temple Avenue, London, EC4Y 0DT, United Kingdom
Email: lewisdeacon@schofieldlothian.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
WYG Environment Planning Transport Ltd
100 St John Street, London, EC1M 4EH, United Kingdom
Email: cecilia.macleod@wyg.com
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract will be suitable for economic operators that are small or medium enterprises (SMEs).
OJEU REF: 2016/S 118-209846
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=234546765
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
, Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand, London, C2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/01/2017