Peabody Trust: Peabody Primary Consultants Framework Lots 1 - 7

  Peabody Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Peabody Primary Consultants Framework Lots 1 - 7
Notice type: Contract Notice
Authority: Peabody Trust
Nature of contract: Services
Procedure: Restricted
Short Description: Peabody is seeking to enter into a Framework Agreement with Consultants for, but not limited to, the delivery of its Development Programme in 10 separate lots. 1.Architects 2.Landscape Architects 3.Building Services Engineers 4.Structural Engineers 5. Employers Agents 6. Quantity Surveyors 7. Project Mangers/JV Supervisor 8. Development Consultants 9.Planning Consultants 10. Valuation Surveyors This notice specifically covers lots 1 to 7, a separate notice for lots 8 -10 will follow at a later date.
Published: 04/11/2019 12:23
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-London: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody
             Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 8000224040, Email: liam.cochrane@peabody.org.uk
             Contact: Liam Cochrane
             Main Address: https://www.peabody.org.uk/home, Address of the buyer profile: https://www.peabody.org.uk/home
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.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: Peabody Primary Consultants Framework Lots 1 - 7       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody is seeking to enter into a Framework Agreement with Consultants for, but not limited to, the delivery of its Development Programme in 10 separate lots.
1.Architects
2.Landscape Architects
3.Building Services Engineers
4.Structural Engineers
5. Employers Agents
6. Quantity Surveyors
7. Project Mangers/JV Supervisor
8. Development Consultants
9.Planning Consultants
10. Valuation Surveyors

This notice specifically covers lots 1 to 7, a separate notice for lots 8 -10 will follow at a later date.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Peabody Primary Consultants Framework- Architects       
      Lot No: 1       
      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.
      71240000 - Architectural, engineering and planning services.
      71250000 - Architectural, engineering and surveying services.
      71251000 - Architectural and building-surveying services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The nature of this contract is for the provision of Architectural Services. This will include small to large scale new build schemes,
master planning, refurbishments and the provision of ad-hoc advice. Master planning and Architecture scope with focus on housing related design services. To include Principal Designer and Supervisory Appointment for Post Contract.
      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: 25,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 16
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8RZ573FVF4       
II.2) Description Lot No. 2
      
      II.2.1) Title: Peabody Primary Consultants Framework- Landscape Architects       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71420000 - Landscape architectural services.
      71400000 - Urban planning and landscape architectural services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of Landscape Architect Services. Delivery of Landscape Architecture to include Supervisory Appointment for Post Contract.
      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: 5,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 12
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/G9ZPD97NFD       
II.2) Description Lot No. 3
      
      II.2.1) Title: Peabody Primary Consultants Framework- Building Services Engineers       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71250000 - Architectural, engineering and surveying services.
      71322000 - Engineering design services for the construction of civil engineering works.
      71334000 - Mechanical and electrical engineering services.
      71321300 - Plumbing consultancy services.
      50721000 - Commissioning of heating installations.
      71321200 - Heating-system design services.
      71313200 - Sound insulation and room acoustics consultancy services.
      90731100 - Air quality management.
      71315210 - Building services consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of Building Services Engineering Consultancy Services. Delivery of BSE services including Mechanical, Electrical, Plumbing and Heating (MEPH) consultancy as required including BREEAM, Energy, Air Quality and Acoustics
      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: 10,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 10
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/K3S56NVEGV       
II.2) Description Lot No. 4
      
      II.2.1) Title: Peabody Primary Consultants Framework- Structural Engineering       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71312000 - Structural engineering consultancy services.
      71311000 - Civil engineering consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The provision of Structural Engineering Consultancy Services. Civil and Structural Engineer scope to include Supervisory Appointment for Post Contract and site investigation.
      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: 10,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SY59E879A3       
II.2) Description Lot No. 5
      
      II.2.1) Title: Peabody Primary Consultants Framework- Employers Agents       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71247000 - Supervision of building work.
      71248000 - Supervision of project and documentation.
      71540000 - Construction management services.
      79994000 - Contract administration services.
      71530000 - Construction consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Delivery of Employers Agent services to include where required s106 adherence. This lot is primarily but not exclusively intended to be used for smaller (<£20m) land-led new build development schemes and for affordable housing acquired from another developer under a S106 agreement in respect of cost consultancy, Employers Agent (including both pre- and post-contract activities). These two services may either be provided separately or jointly. The lot is also intended to be used for Principal Designer services.
      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: 25,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 16
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/96283N3VGV       
II.2) Description Lot No. 6
      
      II.2.1) Title: Peabody Primary Consultants Framework- Lot 6 Quantity Surveyor       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71324000 - Quantity surveying services.
      71244000 - Calculation of costs, monitoring of costs.
      71242000 - Project and design preparation, estimation of costs.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Delivery of quantity surveying services (including cost consultancy, viability). This lot is primarily but not exclusively intended to be used for larger (>£20m) land-led new build development schemes in respect of cost consultancy services.
      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: 5,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/82EC9FN39N       
II.2) Description Lot No. 7
      
      II.2.1) Title: Peabody Primary Consultants Framework- Lot 7 Project Mangers/JV Supervisor       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71242000 - Project and design preparation, estimation of costs.
      71541000 - Construction project management services.
      72224000 - Project management consultancy services.
      75112100 - Administrative development project services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Provision of project management services specific to development projects. This lot is primarily but not exclusively intended to be used for larger (>£20m) land-led new build development schemes in respect of project management, development management and joint venture supervisions services.
      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: 5,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 8
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/N8Q2C46RW6       


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:          
      Suppliers should be suitably experienced, hold any mandatory memberships and qualifications and be enrolled on any professional registers applicable to the profession.These are detailed within the SQ documents for each lot and are pass/fail.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: 06/12/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

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.

To respond to this opportunity please click/use the corresponding link to each lot as detailed here:
Lot 1 Architects: https://www.delta-esourcing.com/respond/8RZ573FVF4
Lot 2 Landscape Architects: https://www.delta-esourcing.com/respond/G9ZPD97NFD
Lot 3 Building Services Engineers: https://www.delta-esourcing.com/respond/K3S56NVEGV
Lot 4 Structural Engineers: https://www.delta-esourcing.com/respond/SY59E879A3
Lot 5. Employers Agents: https://www.delta-esourcing.com/respond/96283N3VGV
Lot 6. Quantity Surveyors: https://www.delta-esourcing.com/respond/82EC9FN39N
Lot 7. Project Mangers/JV Supervisor: https://www.delta-esourcing.com/respond/N8Q2C46RW6

Please IGNORE the link below. To access the individual lots please click on the individual links under each lot title above.

The other public sector bodies to whom the use of this Framework Agreement will be open in addition to Peabody Trust are the following:
•Central Government Departments & their executive agencies (a list of such Departments and executive agencies can be found at http://www.cabinetoffice.gov.uk/government-business/government-ministers-responsibilities.aspx),
•Local Authorities (as defined in Regulation 3(2) to 3(5) inclusive of the Public Contracts Regulations 2006 as amended, a list of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG
•Registered Social Landlords: Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
http://www.idea.gov.uk/idk/core/page.do?pageId=7175736
http://www.nhfdirectory.co.uk
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

Please IGNORE the link below. To access the individual lots please click/use the individual links under each lot title above.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./K3S56NVEGV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K3S56NVEGV
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The High Court of England and Wales
          London, 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: 04/11/2019

Annex A


View any Notice Addenda


Peabody Primary Consultants Framework Lots 1 - 7

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Peabody Trust
       Minster Court, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233, Email: Procurement.enquiries@peabody.org.uk
       Main Address: http://www.peabody.org.uk
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Peabody Primary Consultants Framework Lots 1 - 7      Reference number: Not Provided      
   II.1.2) Main CPV code:
      71000000 - Architectural, construction, engineering and inspection services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Peabody are entering a Framework agreement with Consultants for, but not limited to, the delivery of its Development Programme in 10 separate lots.
1.Architects
2.Landscape Architects
3.Building Services Engineers
4.Structural Engineers
5. Employers Agents
6. Quantity Surveyors
7. Project Mangers/JV Supervisor
8. Development Consultants (not awarded on this notice)
9.Planning Consultants (not awarded on this notice)
10. Valuation Surveyors (not awarded on this notice)

This notice specifically covers lots 1 to 7, a separate notice for lots 8 -10 will follow at a later date.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 26/08/2020

VI.6) Original notice reference:

   Notice Reference:    2020 - 237156   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 18/08/2020

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: V.2.3          
         Lot No: 1          
         Place of text to be modified: Please modify the 2 awards for lot 1 and have one award with all 18 contractors within the single award.          
         Instead of: Section V: Award of contract

Lot No: 1
Title:
Architects

A contract/lot is awarded: yes
V.2)
Award of contract
V.2.1)
Date of conclusion of the contract:
04/08/2020
V.2.2)
Information about tenders
Number of tenders received: 26
The contract has been awarded to a group of economic operators: yes
V.2.3)
Name and address of the contractor
Official name: BPTW Ltd
National registration number: OC301697
Postal address: 40 Norman Road, Greenwich
Town: London
NUTS code: UKI LONDON
Postal code: SE10 9QX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: D R M M Ltd
National registration number: 05031408
Postal address: Magdalen House 75, 136-148 Tooley Street
Town: London
NUTS code: UKI LONDON
Postal code: SE1 2TU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Hawkins Brown Design Ltd
National registration number: 09427730
Postal address: 159 St. John Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1 V4QJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Haworth Tompkins Ltd
National registration number: 04697954
Postal address: 5th Floor Highgate Business Centre, 33 Greenwood Place
Town: London
NUTS code: UKI LONDON
Postal code: NW5 1LB
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Hunter and Partners Ltd
National registration number: 02290829
Postal address: Space One, Beadon Road
Town: London
NUTS code: UKI LONDON
Postal code: W6 0EA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Karakusevic Carson Architects LLP
National registration number: OC309148
Postal address: Studio 501, 37 cremer Street, Hackney
Town: London
NUTS code: UKI LONDON
Postal code: E2 8HD
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Levitt Bernstein Associates Ltd
National registration number: 01960584
Postal address: Thane Studios, 2-4 Thane Villas
Town: London
NUTS code: UKI LONDON
Postal code: N7 7PA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Lyndon Goode Architects Ltd
National registration number: 05688640
Postal address: Chandler and Georges, 75 Westow Hill
Town: London
NUTS code: UKI LONDON
Postal code: SE19 1TX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Maccreanor Lavington Ltd
National registration number: 04944069
Postal address: 77 Bastwick Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1V 3PZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Mae Architects Ltd
National registration number: 09240935
Postal address: 1 Naoroji Street
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 0GB
Country: United Kingdom
The contractor is an SME: yes
V.2.4)
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 25 000 000.00 GBP
V.2.5)
Information about subcontracting
Section V: Award of contract

Lot No: 1
Title:
Architects

A contract/lot is awarded: yes
V.2)
Award of contract
V.2.1)
Date of conclusion of the contract:
04/08/2020
V.2.2)
Information about tenders
Number of tenders received: 26
The contract has been awarded to a group of economic operators: yes
V.2.3)
Name and address of the contractor
Official name: MICA Architects Ltd
National registration number: 10163120
Postal address: New Derwent House, 69-73 Theobalds Road
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 8TA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Morris + Company Ltd
National registration number: 05272240
Postal address: New Derwent House, 69-73 Theobalds Road
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 8TA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Patel Taylor Architects Ltd
National registration number: 05096844
Postal address: 48 Rawstorne Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1V 7ND
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Pitman Tozer Architects Ltd
National registration number: 05031414
Postal address: 209 Old Marylebone Road
Town: London
NUTS code: UKI LONDON
Postal code: NW1 5QT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Pollard Thomas Edwards LLP
National registration number: OC395916
Postal address: Diespeker Wharf, 38 Graham Street
Town: London
NUTS code: UKI LONDON
Postal code: N1 8JX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: PRP Architects LLP
National registration number: OC361169
Postal address: Ferry Works, Summer Road, Thames Ditton
Town: Surrey
NUTS code: UKJ SOUTH EAST (ENGLAND)
Postal code: KT7 0QJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Stephen Davy Peter Smith Architects Ltd
National registration number: 03883463
Postal address: Fanshaw House, Fanshaw Street, Hoxton
Town: London
NUTS code: UKI LONDON
Postal code: N1 6HX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Waugh Thistleton Architects Ltd
National registration number: 05465374
Postal address: 77 Leonard Street
Town: London
NUTS code: UKI LONDON
Postal code: EC2A 4QS
Country: United Kingdom
The contractor is an SME: yes
V.2.4)
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 10 000 000.00 GBP
V.2.5)
Information about subcontracting          
         Read: Section V: Award of contract

Lot No: 1
Title:
Architects

A contract/lot is awarded: yes
V.2)
Award of contract
V.2.1)
Date of conclusion of the contract:
04/08/2020
V.2.2)
Information about tenders
Number of tenders received: 26
The contract has been awarded to a group of economic operators: yes
V.2.3)
Name and address of the contractor
Official name: BPTW Ltd
National registration number: OC301697
Postal address: 40 Norman Road, Greenwich
Town: London
NUTS code: UKI LONDON
Postal code: SE10 9QX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: D R M M Ltd
National registration number: 05031408
Postal address: Magdalen House 75, 136-148 Tooley Street
Town: London
NUTS code: UKI LONDON
Postal code: SE1 2TU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Hawkins Brown Design Ltd
National registration number: 09427730
Postal address: 159 St. John Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1 V4QJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Haworth Tompkins Ltd
National registration number: 04697954
Postal address: 5th Floor Highgate Business Centre, 33 Greenwood Place
Town: London
NUTS code: UKI LONDON
Postal code: NW5 1LB
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Hunter and Partners Ltd
National registration number: 02290829
Postal address: Space One, Beadon Road
Town: London
NUTS code: UKI LONDON
Postal code: W6 0EA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Karakusevic Carson Architects LLP
National registration number: OC309148
Postal address: Studio 501, 37 cremer Street, Hackney
Town: London
NUTS code: UKI LONDON
Postal code: E2 8HD
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Levitt Bernstein Associates Ltd
National registration number: 01960584
Postal address: Thane Studios, 2-4 Thane Villas
Town: London
NUTS code: UKI LONDON
Postal code: N7 7PA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Lyndon Goode Architects Ltd
National registration number: 05688640
Postal address: Chandler and Georges, 75 Westow Hill
Town: London
NUTS code: UKI LONDON
Postal code: SE19 1TX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Maccreanor Lavington Ltd
National registration number: 04944069
Postal address: 77 Bastwick Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1V 3PZ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Mae Architects Ltd
National registration number: 09240935
Postal address: 1 Naoroji Street
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 0GB
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: MICA Architects Ltd
National registration number: 10163120
Postal address: New Derwent House, 69-73 Theobalds Road
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 8TA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Morris + Company Ltd
National registration number: 05272240
Postal address: New Derwent House, 69-73 Theobalds Road
Town: London
NUTS code: UKI LONDON
Postal code: WC1X 8TA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Patel Taylor Architects Ltd
National registration number: 05096844
Postal address: 48 Rawstorne Street
Town: London
NUTS code: UKI LONDON
Postal code: EC1V 7ND
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Pitman Tozer Architects Ltd
National registration number: 05031414
Postal address: 209 Old Marylebone Road
Town: London
NUTS code: UKI LONDON
Postal code: NW1 5QT
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Pollard Thomas Edwards LLP
National registration number: OC395916
Postal address: Diespeker Wharf, 38 Graham Street
Town: London
NUTS code: UKI LONDON
Postal code: N1 8JX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: PRP Architects LLP
National registration number: OC361169
Postal address: Ferry Works, Summer Road, Thames Ditton
Town: Surrey
NUTS code: UKJ SOUTH EAST (ENGLAND)
Postal code: KT7 0QJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Stephen Davy Peter Smith Architects Ltd
National registration number: 03883463
Postal address: Fanshaw House, Fanshaw Street, Hoxton
Town: London
NUTS code: UKI LONDON
Postal code: N1 6HX
Country: United Kingdom
The contractor is an SME: yes
V.2.3)
Name and address of the contractor
Official name: Waugh Thistleton Architects Ltd
National registration number: 05465374
Postal address: 77 Leonard Street
Town: London
NUTS code: UKI LONDON
Postal code: EC2A 4QS
Country: United Kingdom
The contractor is an SME: yes
V.2.4)
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 25 000 000.00 GBP
V.2.5)
Information about subcontracting
                                    
   
VII.2) Other additional information: There is an error where there are 2 awards for Lot 1. please could this be changed so all 18 contractors are under the award for Lot 1. Also I wanted to confirm the value for this lot is £25,000,000 and NOT £10,000,000
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=520448867


View Award Notice

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody Trust
       Minster Court, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233, Email: Procurement.enquiries@peabody.org.uk
       Main Address: http://www.peabody.org.uk
       NUTS Code: UKI

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

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Peabody Primary Consultants Framework Lots 1 - 7            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody are entering a Framework agreement with Consultants for, but not limited to, the delivery of its Development Programme in 10 separate lots.
1.Architects
2.Landscape Architects
3.Building Services Engineers
4.Structural Engineers
5. Employers Agents
6. Quantity Surveyors
7. Project Mangers/JV Supervisor
8. Development Consultants (not awarded on this notice)
9.Planning Consultants (not awarded on this notice)
10. Valuation Surveyors (not awarded on this notice)

This notice specifically covers lots 1 to 7, a separate notice for lots 8 -10 will follow at a later date.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 85,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Architects   
      Lot No:1

      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.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71251000 - Architectural and building-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: The nature of this contract is for the provision of Architectural Services. This will include small to large scale new build schemes,
master planning, refurbishments and the provision of ad-hoc advice. Master planning and Architecture scope with focus on housing related design services. To include Principal Designer and Supervisory Appointment for Post Contract.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Landscape Architects   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71420000 - Landscape architectural services.
            71400000 - Urban planning and landscape architectural 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: The provision of Landscape Architect Services. Delivery of Landscape Architecture to include Supervisory Appointment for Post Contract.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Building Services Engineers   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71250000 - Architectural, engineering and surveying services.
            71322000 - Engineering design services for the construction of civil engineering works.
            71334000 - Mechanical and electrical engineering services.
            71321300 - Plumbing consultancy services.
            50721000 - Commissioning of heating installations.
            71321200 - Heating-system design services.
            71313200 - Sound insulation and room acoustics consultancy services.
            90731100 - Air quality management.
            71315210 - Building services consultancy services.


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

      II.2.4) Description of the procurement: The provision of Building Services Engineering Consultancy Services. Delivery of BSE services including Mechanical, Electrical, Plumbing and Heating (MEPH) consultancy as required including BREEAM, Energy, Air Quality and Acoustics

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Structural Engineering   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71312000 - Structural engineering consultancy services.
            71311000 - Civil engineering 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: The provision of Structural Engineering Consultancy Services. Civil and Structural Engineer scope to include Supervisory Appointment for Post Contract and site investigation.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Employers Agents   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71247000 - Supervision of building work.
            71248000 - Supervision of project and documentation.
            71540000 - Construction management services.
            79994000 - Contract administration services.
            71530000 - Construction 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: Delivery of Employers Agent services to include where required s106 adherence. This lot is primarily but not exclusively intended to be used for smaller (<£20m) land-led new build development schemes and for affordable housing acquired from another developer under a S106 agreement in respect of cost consultancy, Employers Agent (including both pre- and post-contract activities). These two services may either be provided separately or jointly. The lot is also intended to be used for Principal Designer services.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Lot 6 Quantity Surveyor   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71324000 - Quantity surveying services.
            71244000 - Calculation of costs, monitoring of costs.
            71242000 - Project and design preparation, estimation of costs.


      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: Delivery of quantity surveying services (including cost consultancy, viability). This lot is primarily but not exclusively intended to be used for larger (>£20m) land-led new build development schemes in respect of cost consultancy services.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Peabody Primary Consultants Framework- Lot 7 Project Mangers/JV Supervisor   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71242000 - Project and design preparation, estimation of costs.
            71541000 - Construction project management services.
            72224000 - Project management consultancy services.
            75112100 - Administrative development project 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: Provision of project management services specific to development projects. This lot is primarily but not exclusively intended to be used for larger (>£20m) land-led new build development schemes in respect of project management, development management and joint venture supervisions services.

      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: For information on this Lot please contact procurement.enquiries@peabody.org.uk


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 214-525595
      
   

   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: Architects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 26
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BPTW Limited, OC301697
             40 Norman Road, Greenwich, London, SE10 9QX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             D R M M Limited, 05031408
             Magdalen House 75, 136-148 Tooley Street, London, SE1 2TU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Hawkins Brown Design Limited, 09427730
             159 St. John Street, London, EC1 V4QJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Haworth Tompkins Limited, 04697954
             5th Floor Highgate Business Centre, 33 Greenwood Place, London, NW5 1LB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Hunter & Partners Limited, 02290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Karakusevic Carson Architects LLP, OC309148
             Studio 501, 37 cremer Street, Hackney, London, E2 8HD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Levitt Bernstein Associates Limited, 01960584
             Thane Studios, 2 – 4 Thane Villas, London, N7 7PA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Lyndon Goode Architects Limited, 05688640
             Chandler & Georges, 75 Westow Hill, London, SE19 1TX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Maccreanor Lavington Limited, 04944069
             77 Bastwick Street, London, EC1V 3PZ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Mae Architects Ltd, 09240935
             1 Naoroji Street, London, WC1X 0GB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 25,000,000
         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: 1    
   Title: Architects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 26
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MICA Architects Limited, 10163120
             New Derwent House, 69-73 Theobalds Road, London, WC1X 8TA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Morris + Company Limited, 05272240
             New Derwent House, 69-73 Theobalds Road, London, WC1X 8TA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Patel Taylor Architects Limited, 05096844
             48 Rawstorne Street, London, EC1V 7ND, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Pitman Tozer Architects Limited, 05031414
             209 Old Marylebone Road, London, NW1 5QT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Pollard Thomas Edwards LLP, OC395916
             Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             PRP Architects LLP, OC361169
             Ferry Works, Summer Road, Thames Ditton, Surrey, KT7 0QJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Stephen Davy Peter Smith Architects Limited, 03883463
             Fanshaw House, Fanshaw Street, Hoxton, London, N1 6HX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Waugh Thistleton Architects Limited, 05465374
             77 Leonard Street, London, London, EC2A 4QS, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 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: 2    
   Title: Landscape Architects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 12
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Building Design Partnership Limited (BDP), 02207415
             PO Box 85, 11 Ducie Street, Piccadilly Basin, Piccadilly Basin, Manchester, M60 3JA, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Exterior Architecture Ltd, 04669005
             Studio 17.1 The Leather Market, 11-13 Weston Street, London, SE1 3ER, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Turkington Design Studio Ltd T/A Turkington Martin Landscape Architects, 08268312
             2 Castle Business Village, Station road, Hampton, TW12 2BX, United Kingdom
             NUTS Code: UKI5
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Land Use Consultants Ltd, 02549296
             250 Waterloo Road, London, SE1 8RD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             PRP Architects LLP, OC361169
             Ferry Works, Summer Road, Thames Ditton, Surrey, KT7 0QJ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Planit I.E. Ltd, 08720367
             2 Back Grafton Street, Altrincham, WA14 1DY, United Kingdom
             NUTS Code: UKD34
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,000,000
         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: 3    
   Title: Building Services Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Delap & Waller Limited, NI21174
             12 Antrim Technology Park, Belfast Road, Antrim, BT41 1QS, United Kingdom
             NUTS Code: UKN13
            The contractor is an SME: Yes
         
         Contractor (No.3)
             XCO2 Energy Ltd, 06496460
             The Gymnasium, 56 Kingsway Place, Sans Walk, London, EC1R 0LU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Elementa Consulting Ltd, 2113730
             Nightingale House, 46-48 East Street, Epsom, Surrey, KT17 1HQ, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Max Fordham LLP, OC300026
             42/43 Gloucester Crescent, London, NW1 7PE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Ove arup & Partners Ltd, 01312453
             13 Fitzroy Street, London, W1T 4BQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 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: 4    
   Title: Structural Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 15
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Atkins Limited, 688424
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Campbell Reith Hill LLP, OC300082
             15 Bermondsey Square, London, SE1 3UN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Curtins Ltd, 02054159
             51-55 Tithebarn Street, Liverpool, L2 2SB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Pell Frischmann Consulting Engineers Ltd, 4403030
             5 Manchester Square, London, W1U 3PD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Peter Brett Associates LLP (Stantec UK), OC334398
             Buckingham Court, Kingsmead Businss Park, London Road, High Wycombe, HP11 1JU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Ramboll UK Limited, 03659970
             240 Blackfriars Road, London, SE1 8NW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Tully De'Ath (Consultants) Limited, 2493115
             Sheridan House, Hartfield Road, Forest Row, RN18 5EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Waterman Structures Limited, 02193976
             Pickfords Wharf, Clink Street, SE1 9DG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 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: 5    
   Title: Employers Agents

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 14
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Airey Miller Limited, 10228384
             Ground Floor, St John's House, Suffolk way, Sevenoaks, TN13 1YL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcadis LLP, OC368843
             Arcadis House, 34 York Way, London, N1 9AB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Faithful+Gould Limited, 2236832
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Hunter & Partners Ltd, 02290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Potter Raper Ltd, 11729518
             Duncan House, Burnhill Road, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Rider Levett Bucknall UK Limited, 04653580
             15 Colmore Row, Birmingham, B3 2BH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.8)
             Rund Partnership Limited, 03484620
             14 Buckingham Street, London, WC2N 6DF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Silver DCC Ltd, 08952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Turner & Townsend Project Management Limited, 02165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 25,000,000
         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: 6    
   Title: Quantity Surveyors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 12
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Faithful+Gould Limited, 02236832
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Airey Miller Limited, 10228384
             Ground Floor, St John's House, Suffolk Way, Sevenoaks, TN13 1YL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Arcadis LLP, OC368843
             Arcadis House, 34 York Way, London, N1 9AB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Gardiner & Theobald LLP, OC307124
             10 South Crescent, London, WC1E 7BD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Gleeds Cost Management Limited, 06472932
             95 New Cavendish Street, London, W1W 6XF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Mace Limited, 02410626
             155 Moorgate, London, EC2M 6XB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Rider Levett Bucknall UK Limited, 04653580
             15 Colmore Row, Birmingham, B3 2BH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,000,000
         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: 7    
   Title: Project Managers/JV Supervisors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/08/2020

      V.2.2) Information about tenders
         Number of tenders received: 13
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Arcadis LLP, OC368843
             Arcadis House, 34 York Way, London, N1 9AB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Faithful+Gould Limited, 02236832
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Hunter & Partners Ltd, 02290829
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Mace Limited, 02410626
             155 Moorgate, London, EC2M 6XB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Potter Raper Ltd, 11729518
             Duncan House, Burnhill Road, Kent, Beckenham, BR3 3LA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Silver DCC Ltd, 08952016
             80 Cannon Street, London, EC4N 6HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.7)
             TowerEight Limited, 07652159
             1 Fellmongers Path, Tower Bridge Road, London, SE1 3LY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Turner & Townsend Project Management Limited, 02165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=515345189

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          The High Court of England and Wales
          London, 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: 18/08/2020