Derby Homes Ltd: Development Surveys

  Derby Homes Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Development Surveys
Notice type: Contract Notice
Authority: Derby Homes Ltd
Nature of contract: Services
Procedure: Open
Short Description: This framework is for the various surveys, architectural services and audits related to the development teams activity during our new build programme. The framework is split into lots and a Service Provider may submit prices for any of the lots that they see fit.
Published: 30/06/2016 11:19
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-Derby: Surveying services.
Section I: Contracting Authority
      I.1) Name and addresses
             Derby Homes Ltd
             The Council House, Derby, DE1 2FT, United Kingdom
             Tel. +44 332888777, Email: robert.hunter@derbyhomes.org
             Contact: Robert Hunter
             Main Address: http://www.derbyhomes.org/
             NUTS Code: UKF11
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Surveying-services./569NC2789P
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/569NC2789P 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
            Regional or local authority
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Development Surveys       
      Reference Number: TB1528
      II.1.2) Main CPV Code:
      71355000 - Surveying services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This framework is for the various surveys, architectural services and audits related to the development teams activity during our new build programme. The framework is split into lots and a Service Provider may submit prices for any of the lots that they see fit.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 9
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 – General Site Information
Lot 2 – Ecology Survey
Lot 3 – Topographical Survey
Lot 4 – Flood Risk Assessment
Lot 5 – Geotechnical Soil Testing
Lot 6 – Air Tightness Testing And Acoustic Testing
Lot 7 – Code For Sustainable Homes Surveys And Assessments
Lot 8 - Architectural Design And Services
Lot 9 – Audit Services

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Development Surveys - General Site Information       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71355000 - Surveying services.
      79311000 - Survey services.
      79311300 - Survey analysis services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: The Service Provider is to investigate a site to assess its suitability for a project/development and to provide a report on the risks associated with the project/development.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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: Development Surveys - Ecology Survey       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71353000 - Surface surveying services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: Service Provider shall undertake the following services as part of this contract:
Preliminary Ecological Appraisals (PEAs)
Hedgerow Surveys
River Corridor and River Habitat surveys
National Vegetation Classification (NVC) surveys
Invasive Plant Surveys
Aquatic Macrophyte Surveys
Lower Plant Surveys
Bat 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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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: Development Surveys - Topographical Survey       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71351810 - Topographical services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: As part of the assessment for developments, the Client will require an accurate topographical survey to be undertaken of the site(s).
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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: Development Surveys - Flood Risk Assessment       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45246000 - River regulation and flood control works.
      45246400 - Flood-prevention works.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: The Client will require the Service Provider to develop and issue a full flood risk assessment report in line with the requirements set out by the National Planning Policy Framework (NPPF).
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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: Development Surveys - Geotechnical Soil Testing       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      90732500 - Soil pollution mapping.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: The Client requires a full review of any potential site(s) and the history of the site(s) so that a suitable method of design and construction may be adopted for new domestic properties.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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: Development Surveys - Air Tightness Testing And Acoustic Testing       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71600000 - Technical testing, analysis and consultancy services.
      71630000 - Technical inspection and testing services.
      71631430 - Leak-testing services.
      71632000 - Technical testing services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: An air tightness test and an acoustic test will be undertaken to determine a properties conservation of fuel and power and resistance to the passage of sound. Tests will be undertaken in accordance with approved document part L1A. and approved document part E.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Development Surveys - Code For Sustainable Homes Surveys And Assessments       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      72225000 - System quality assurance assessment and review services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: Although the code for sustainable homes has now been withdrawn, the Client will still require a Service Provider to undertake the delivery of sustainable homes surveys, assessments and subsequent certification, in accordance with the Homes and Communities Agency’s Code for Sustainable Homes Technical Guide dated November 2010.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Development Surveys - Architectural Design And Services       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71222000 - Architectural services for outdoor areas.
      71223000 - Architectural services for building extensions.
      71240000 - Architectural, engineering and planning services.
      71250000 - Architectural, engineering and surveying services.
      71251000 - Architectural and building-surveying services.
      71420000 - Landscape architectural services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: It is envisioned that the Client will utilise the services of Derby City Council’s own in-house architects department for the delivery of such services. However, from time to time, the Client will employ a Service Provider to undertake such services.

Examples (but not an exhaustive list) of the types of projects that the Service Provider will undertake include:
 the layout of existing building drawings
 the design of two storey extensions
 the design of single storey extensions
 the design of internal alterations
 the design of new build houses or bungalows
 the design of refurbishment projects (small and large scale)
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Development Surveys - Audit Services       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      79200000 - Accounting, auditing and fiscal services.
      79210000 - Accounting and auditing services.
      79212000 - Auditing services.
      79212200 - Internal audit services.
      79212300 - Statutory audit services.
      
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: In order to draw funding from the Affordable Housing Programme (AHP) 2015-18 provided by the Homes and Community Agency (HCA), the Client needs to provide a Compliance Audit undertaken by an Independent Auditor (the Service Provider). This is to ensure that policies, funding conditions and procedures, as set by the HCA, are followed correctly.
All works within the lot will be undertaken in conjunction with the HCA guidelines.
The Service Provider must provide evidence that their staff and/or operatives have obtained and hold the following:
 MRICS or FRICS accredited Surveyor
 ACA or FCA Chartered Accountant
 ACCA or FCCA Chartered Certified Accountant
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: It is expected that the contract will have a length of 48 months, but will be renewed at regular intervals throughout that time to ensure rates are competitive and to keep the number of Service Providers on the Framework, fresh.
      
      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:          
      Criteria for each lot, is stated within the contract documents.    
      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          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      All information is available within the contract documents.    
      III.2.2) Contract performance conditions       
      Performance information is available within the contract documents.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      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: 10           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/07/2016 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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/07/2016
         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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Surveying-services./569NC2789P

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/569NC2789P
   VI.4) Procedures for review
   VI.4.1) Review body:
             Derby Homes Ltd
       The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum of 10 calendar-day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated within this notice. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in the High Court (England, Wales and Northern Island). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a Contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into, the Court may only award damages or, where the Contract award procedures have not been followed correctly, declare the contract to be 'ineffective'.    
   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: 30/06/2016

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Derby City Council
       The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom
       Tel. +44 332888777, Email: robert.hunter@derbyhomes.org
       Main Address: http://www.derby.gov.uk/
       NUTS Code: UKF11

View any Notice Addenda

View Award Notice

UK-Derby: Surveying services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Derby Homes Ltd
       The Council House, Derby, DE1 2FT, United Kingdom
       Tel. +44 332888777, Email: robert.hunter@derbyhomes.org
       Contact: Robert Hunter
       Main Address: http://www.derbyhomes.org/
       NUTS Code: UKF11

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

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Development Surveys            
      Reference number: TB1528

      II.1.2) Main CPV code:
         71355000 - Surveying services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This framework is for the various surveys, architectural services and audits related to the development teams activity during our new build programme. The framework is split into lots and a Service Provider may submit prices for any of the lots that they see fit.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Development Surveys - General Site Information   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71355000 - Surveying services.
            79311000 - Survey services.
            79311300 - Survey analysis services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: The Service Provider is to investigate a site to assess its suitability for a project/development and to provide a report on the risks associated with the project/development.

      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:Development Surveys - Ecology Survey   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71353000 - Surface surveying services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: Service Provider shall undertake the following services as part of this contract:
Preliminary Ecological Appraisals (PEAs)
Hedgerow Surveys
River Corridor and River Habitat surveys
National Vegetation Classification (NVC) surveys
Invasive Plant Surveys
Aquatic Macrophyte Surveys
Lower Plant Surveys
Bat 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. 3)
   

      II.2.1) Title:Development Surveys - Topographical Survey   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71351810 - Topographical services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: As part of the assessment for developments, the Client will require an accurate topographical survey to be undertaken of the site(s).

      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:Development Surveys - Flood Risk Assessment   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45246000 - River regulation and flood control works.
            45246400 - Flood-prevention works.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: The Client will require the Service Provider to develop and issue a full flood risk assessment report in line with the requirements set out by the National Planning Policy Framework (NPPF).

      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:Development Surveys - Geotechnical Soil Testing   
      Lot No:5

      II.2.2) Additional CPV code(s):
            90732500 - Soil pollution mapping.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: The Client requires a full review of any potential site(s) and the history of the site(s) so that a suitable method of design and construction may be adopted for new domestic properties.

      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:Development Surveys - Air Tightness Testing And Acoustic Testing   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71600000 - Technical testing, analysis and consultancy services.
            71630000 - Technical inspection and testing services.
            71631430 - Leak-testing services.
            71632000 - Technical testing services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: An air tightness test and an acoustic test will be undertaken to determine a properties conservation of fuel and power and resistance to the passage of sound. Tests will be undertaken in accordance with approved document part L1A. and approved document part E.

      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. 7)
   

      II.2.1) Title:Development Surveys - Code For Sustainable Homes Surveys And Assessments   
      Lot No:7

      II.2.2) Additional CPV code(s):
            72225000 - System quality assurance assessment and review services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: Although the code for sustainable homes has now been withdrawn, the Client will still require a Service Provider to undertake the delivery of sustainable homes surveys, assessments and subsequent certification, in accordance with the Homes and Communities Agency’s Code for Sustainable Homes Technical Guide dated November 2010.

      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. 8)
   

      II.2.1) Title:Development Surveys - Architectural Design And Services   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.
            71222000 - Architectural services for outdoor areas.
            71223000 - Architectural services for building extensions.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71251000 - Architectural and building-surveying services.
            71420000 - Landscape architectural services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: It is envisioned that the Client will utilise the services of Derby City Council’s own in-house architects department for the delivery of such services. However, from time to time, the Client will employ a Service Provider to undertake such services.

Examples (but not an exhaustive list) of the types of projects that the Service Provider will undertake include:
 the layout of existing building drawings
 the design of two storey extensions
 the design of single storey extensions
 the design of internal alterations
 the design of new build houses or bungalows
 the design of refurbishment projects (small and large scale)

      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. 9)
   

      II.2.1) Title:Development Surveys - Audit Services   
      Lot No:9

      II.2.2) Additional CPV code(s):
            79200000 - Accounting, auditing and fiscal services.
            79210000 - Accounting and auditing services.
            79212000 - Auditing services.
            79212200 - Internal audit services.
            79212300 - Statutory audit services.


      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: In order to draw funding from the Affordable Housing Programme (AHP) 2015-18 provided by the Homes and Community Agency (HCA), the Client needs to provide a Compliance Audit undertaken by an Independent Auditor (the Service Provider). This is to ensure that policies, funding conditions and procedures, as set by the HCA, are followed correctly.
All works within the lot will be undertaken in conjunction with the HCA guidelines.
The Service Provider must provide evidence that their staff and/or operatives have obtained and hold the following:
 MRICS or FRICS accredited Surveyor
 ACA or FCA Chartered Accountant
 ACCA or FCCA Chartered Certified Accountant

      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: TB1528    
   Lot Number: 1    
   Title: General Site Information

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Mewies Engineering Consultants Ltd
             NSEC, 662 Nuthall Road, Nottingham, NG8 6AQ, United Kingdom
             Tel. +44 1158380990, Email: group@m-ec.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             AC Environment Solutions Limited
             Unit 5 Enterprise Court, Farfield Park, Manvers, Rotherham, S63 5DB, United Kingdom
             Tel. +44 1709711850, Email: info@acenvironment.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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: Ecology Survey

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ESG
             Unit 4, Gainsborough Trading Estate, Southam, CV47 1RA, United Kingdom
             Tel. +44 1283554400, Email: sales@esg.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.2)
             City Surveys & Monitoring Ltd
             Unit 3, Hurricane Drive, Speke, Liverpool, L24 8RL, United Kingdom
             Tel. +44 3300244988, Email: enquiries@citysurveysltd.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Peak Ecology
             Arden House, Deepdale Business Park, Bakewell, DE45 1GT, United Kingdom
             Tel. +44 1629812511, Email: enquiries@peakecology.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.4)
             RPS Environmental Management Ltd
             St Paul's House, Enterprise Way, Jubilee Business Park, Stores Road, Derby, DE21 4BB, United Kingdom
             Tel. +44 1332387650, Email: rpsmp@rpsgroup.com
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.5)
             The Environment Partnership Ltd
             The Genesis Centre, Birchwood Science Park, Warrington, WA3 7BH, United Kingdom
             Tel. +44 1925844004, Email: tep@tep.uk.com
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.6)
             Sutcliffe Projects Ltd
             18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
             Tel. +44 1512273155, Email: enquiries@sutcliffe.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.7)
             OHES Environment Ltd
             1 The Courtyard, Denmark Street, Woknigham, RG40 2AZ, United Kingdom
             Tel. +44 3336002424, Email: info@ohes.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.8)
             Opus International Consultants (UK) Ltd
             Opus House, 21 Vivian Avenue, Nottingham, NG15 1AF, United Kingdom
             Tel. +44 1159601200, Email: andy.went@ohes.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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: Topographical Survey

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Mewies Engineering Consultants Ltd
             NSEC, 662 Nuthall Road, Nottingham, NG8 6AQ, United Kingdom
             Tel. +44 1158380990, Email: group@m-ec.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Interlock Surveys Ltd
             St. Andrews House, Southam Road, Radford Semele, Leamington Spa, CV31 1TF, United Kingdom
             Tel. +44 1926330123, Email: info@interlocksurveys.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.3)
             RSK Environment Ltd
             12 Royal Scot Road, Pride Park, Derby, DE24 8AJ, United Kingdom
             Tel. +44 1332542740, Email: communications@rsk.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.4)
             ESG
             Unit 4, Gainsborough Trading Estate, Southam, CV47 1RA, United Kingdom
             Tel. +44 1283554400, Email: sales@esg.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No
         
         Contractor (No.5)
             Opus International Consultants (UK) Ltd
             Opus House, 21 Vivian Avenue, Nottingham, NG15 1AF, United Kingdom
             Tel. +44 1159601200, Email: andy.went@ohes.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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: Flood Risk Assessment

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Envireau Limited
             Cedars Farm Barn, Market Street, Draycott, DE72 3NB, United Kingdom
             Tel. +44 1332871882, Email: info@envireauwater.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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: Soil Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mewies Engineering Consultants Ltd
             NSEC, 662 Nuthall Road, Nottingham, NG8 6AQ, United Kingdom
             Tel. +44 1158380990, Email: group@m-ec.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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: Air Tightness Testing And Acoustic Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             UK Building Compliance
             Unit 5, 8 Hawley Road, Hinckley, LE10 0PR, United Kingdom
             Tel. +44 1455634855, Email: info@ukbuildingcompliance.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sutcliffe Projects Ltd
             18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
             Tel. +44 1512273155, Email: enquiries@sutcliffe.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Code For Sustainable Homes Surveys And Assessments

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Sutcliffe Projects Ltd
             18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
             Tel. +44 1512273155, Email: enquiries@sutcliffe.co.uk
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Gleeds Advisory Limited
             Town Centre House, Merrion Centre, Leeds, LS2 8ND, United Kingdom
             Tel. +44 1132366900, Email: leeds@gleeds.co.uk
             NUTS Code: UKF11
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Architectural Design And Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Arcus Consulting LLP
             4 Mariner Court, Calder Park, Wakefield, WF4 3FL, United Kingdom
             Tel. +44 1619053222, Email: manchester@arcus.uk.com
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sutcliffe Projects Ltd
             18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
             Tel. +44 1512273155, Email: enquiries@sutcliffe.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Audit Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Focus Consultants 2010 LLP
             Focus House, Resolution Close, Endeavour Park, Boston, PE21 7TT, United Kingdom
             Tel. +44 1205355207, Email: enquiries@focus-consultants.com
             NUTS Code: UKF11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sutcliffe Projects Ltd
             18-20 Harrington Street, Liverpool, L2 9QA, United Kingdom
             Tel. +44 1512273155, Email: enquiries@sutcliffe.co.uk
             NUTS Code: UKF11
            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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         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 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=263407291

   VI.4) Procedures for review

      VI.4.1) Review body
          Derby Homes Ltd
          The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum of 10 calendar-day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated within this notice. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in the High Court (England, Wales and Northern Island). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a Contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into, the Court may only award damages or, where the Contract award procedures have not been followed correctly, declare the contract to be 'ineffective'.

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

   VI.5) Date of dispatch of this notice: 05/07/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Derby City Council
       The Council House, Corporation Street, Derby, DE1 2FT, United Kingdom
       Tel. +44 332888777, Email: robert.hunter@derbyhomes.org
       Main Address: http://www.derby.gov.uk/
       NUTS Code: UKF11