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 |
View Full Notice
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
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