South East Consortium: Consultancy Services Framework

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sittingbourne: Building consultancy services.
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

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: 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

UK-Sittingbourne: Building consultancy services.

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