Notting Hill Genesis: Consultant Framework - Package 2

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Consultant Framework - Package 2
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Restricted
Short Description: Framework Agreement to provide consultancy services for the delivery of NHH development programme. Planning Consultancy; Transport and Highways Consultants; Civil & Structural Engineers and Mechanical & Electrical.
Published: 13/09/2016 09:59
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: Construction consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Housing Trust
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Email: tenders@camerons.uk.com
             Main Address: http://www.nottinghillhousing.org.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./225J6F83MS
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Consultant Framework - Package 2       
      Reference Number: CF2
      II.1.2) Main CPV Code:
      71530000 - Construction consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Framework Agreement to provide consultancy services for the delivery of NHH development programme. Planning Consultancy; Transport and Highways Consultants; Civil & Structural Engineers and Mechanical & Electrical.       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,200,000       
      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: Planning Consultant       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71240000 - Architectural, engineering and planning services.
      71356400 - Technical planning services.
      71400000 - Urban planning and landscape architectural services.
      71410000 - Urban planning services.
      90712100 - Urban environmental development planning.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Procurement of planning consultancy services (including Community Engagement) to support NHH in their development programme. The services required are fully set out within scoping documents. Applicants for this lot should be able to deliver all of the services required.
      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: 3,000,000       
      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: Yes       
      Description of renewals: The client reserves the right to extend this framework by 12 months (i.e 4 years + 1 year) to align with their 5 year business plan
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 20
            
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Transport & Highways Consultants       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71311210 - Highways consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This lot is for provision of transport and highways consultants. Procurement objective is to create a framework of consultants to support NHH with their development pipeline. For full description of the requirements of this lot, please see procurement documentation.
      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: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The client reserves the right to extend this framework by 12 months (i.e 4 years + 1 year) to align with their 5 year business plan
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 10
            
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Civil & Structural Engineers       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71311000 - Civil engineering consultancy services.
      71311100 - Civil engineering support services.
      71312000 - Structural engineering consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This lot is for provision of Civil and Structural Engineer scope to include Supervisory Appointment for Post Contract and site investigation. Procurement objective is to create a framework of practices to support NHH with their development pipeline. For full description of the requirements of this lot, please see procurement documentation.
      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: 8,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The client reserves the right to extend this framework by 12 months (i.e 4 years + 1 year) to align with their 5 year business plan
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 15
            
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Mechanical & Electrical Engineers       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71321000 - Engineering design services for mechanical and electrical installations for buildings.
      71333000 - Mechanical engineering services.
      71334000 - Mechanical and electrical engineering services.
      90731100 - Air quality management.
      71313200 - Sound insulation and room acoustics consultancy services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Mechanical, Electrical and Plumbing Engineers 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: 7,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The client reserves the right to extend this framework by 12 months (i.e 4 years + 1 year) to align with their 5 year business plan
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 15
            
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      There are specific professional memberships/accreditations required to participate in this procurement - please refer to procurement documentation for full detail.    
      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       
      As stated in the procurement documentation          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: 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: Framework Agreement will last for an initial term of 4 years with option to extend for further 1 year at NHHT’s discretion giving maximum potential term of 5 years. Justification is that this Framework Agreement is being procured to support 5 year development business plan we wish to have the ability to call off contracts with consultants under the Framework at any point during such 5 year period.    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2016/S 89 - 155833       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/10/2016 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/11/2016       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

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 Yes       
   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. Applicants should note that the estimated value of the Framework Agreement and each Framework Lot as set out in this Notice is based on NHHT’s current anticipated requirements. These values may increase if other entities / Social Housing Providers decide to join and call off under the Framework Agreement. NHHT reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHHT will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their PQQ or tender submissions. The Framework Agreement will be open to use by the following organisations:
o Notting Hill Housing Trust (NNHT)
o Any entity within the same group of companies as NHHT from time to time (an “NHHT Group Member”);
o any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time; and
o any Social Housing Provider operating in the Greater London region. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-consultancy-services./225J6F83MS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/225J6F83MS
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: www.cabinetoffice.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com
   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:
          N/A
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 13/09/2016

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       See procurement documentation
       See procurement documentation, Greater London, NA, United Kingdom
       Email: tenders@camerons.uk.com
       Main Address: www.nhhg.org.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice

UK-London: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Housing Trust
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Email: tenders@camerons.uk.com
       Main Address: http://www.nottinghillhousing.org.uk/
       NUTS Code: UKI

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

   I.4)Type of the contracting authority:
      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: Consultant Framework - Package 2            
      Reference number: CF2

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Framework Agreement to provide consultancy services for the delivery of NHH development programme. Planning Consultancy; Transport and Highways Consultants; Civil & Structural Engineers and Mechanical & Electrical.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 20,200,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Planning Consultant   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71240000 - Architectural, engineering and planning services.
            71356400 - Technical planning services.
            71400000 - Urban planning and landscape architectural services.
            71410000 - Urban planning services.
            90712100 - Urban environmental development planning.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Procurement of planning consultancy services (including Community Engagement) to support NHH in their development programme. The services required are fully set out within scoping documents. Applicants for this lot should be able to deliver all of the services required.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Transport & Highways Consultants   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71311210 - Highways consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This lot is for provision of transport and highways consultants. Procurement objective is to create a framework of consultants to support NHH with their development pipeline. For full description of the requirements of this lot, please see procurement documentation.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Civil & Structural Engineers   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71311000 - Civil engineering consultancy services.
            71311100 - Civil engineering support services.
            71312000 - Structural engineering consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: This lot is for provision of Civil and Structural Engineer scope to include Supervisory Appointment for Post Contract and site investigation. Procurement objective is to create a framework of practices to support NHH with their development pipeline. For full description of the requirements of this lot, please see procurement documentation.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Mechanical & Electrical Engineers   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71333000 - Mechanical engineering services.
            71334000 - Mechanical and electrical engineering services.
            90731100 - Air quality management.
            71313200 - Sound insulation and room acoustics consultancy services.
            71314300 - Energy-efficiency consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Mechanical, Electrical and Plumbing Engineers 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: Not Provided


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: 2016/S 89-155833
      
   

   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: CF2.1    
   Lot Number: 1    
   Title: Planning Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 15 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 18

      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 partnership
             110-144 Norman Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Capita Property and Infrastructure
             71 Victoria Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Carter Jonas
             One Chapel Place, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             CBRE Ltd
             St Martin's Court, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             DP9 Ltd
             100 Pall Mall, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Hepher Grincell Limited
             Henwood House, Kent, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.7)
             HTA Design LLP
             106-110 Kentish Town Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Indigo Planning Limited
             Swan Court, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Jones Lang LaSalle Ltd
             30 Warwick Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Nathaniel Lichfield and Partners Limited
             14 Regents Wharf, London, 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: 3,000,000          
         Total value of the contract/lot: 3,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: CF2.2    
   Lot Number: 1    
   Title: Planning Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 15 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PRP Architects LLP
             Ferry Works, Surrey, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Rolfe Judd Planning Limited
             Old Church Court, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             RPS Consulting Services Limited
             20 Western Avenue, Oxfordshire, United Kingdom
             NUTS Code: UKJ14
            The contractor is an SME: No
         
         Contractor (No.4)
             Savills (UK) Limited
             33 Margaret Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Tibbalds Planning and Urban Design
             19 Maltings Place, London, 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: 3,000,000          
         Total value of the contract/lot: 3,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: CF2.3    
   Lot Number: 2    
   Title: Transport & Highways Consultants

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.4)

   Contract No: CF2.4    
   Lot Number: 3    
   Title: Civil & Structural Engineers

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.5)

   Contract No: CF2.5    
   Lot Number: 4    
   Title: Mechanical & Electrical Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AECOM
             St George's House, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Baily Garner
             146/148 Eltham Hill, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Calfordseaden LLP
             Devonshire House, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Capita Property and Infrastructure
             71 Victoria Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             ChapmanBDSP Ltd
             Saffron House, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Elementa Consulting
             Nightingale House, Surrey, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Frankham Consultancy Group Limited
             Irene House Five Arches Business Park, Kent, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Ingleton Wood LLP
             1 Alie Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Max Fordham LLP
             42-43 Gloucester Crescent, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             MLM Consulting Limited
             North Klin Felaw Maltings, Suffolk, United Kingdom
             NUTS Code: UKH14
            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: 7,500,000          
         Total value of the contract/lot: 7,500,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: CF2.6    
   Lot Number: 4    
   Title: Mechanical & Electrical Engineers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Silcock Dawson & Partners Ltd
             4-5 Tower Court, Buckinghamshire, United Kingdom
             NUTS Code: UKJ13
            The contractor is an SME: Yes
         
         Contractor (No.2)
             TUV SUD Limited
             Napier Building, Scottish Enterprise Technology Park, Glasgow, United Kingdom
             NUTS Code: UKM8
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 7,500,000          
         Total value of the contract/lot: 7,500,000
         Currency: GBP

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

   VI.3) Additional information: The Framework Agreement will be open to use by the following organisations:
o Notting Hill Housing Trust (NNHT)
o Any entity within the same group of companies as NHHT from time to time (an “NHHT Group Member”);
o any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time; and
o any Social Housing Provider operating in the Greater London region. “Social Housing Provider” for this purpose means any provider of social housing including, without limitation, any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency (or its successor body)), local authorities and Arms Length Management Organisations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263347201

   VI.4) Procedures for review

      VI.4.1) Review body
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
          Internet address: www.cabinetoffice.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Centre for Effective Dispute Resolution (CEDR)
          70 Fleet Street, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000, Email: info@cedr.com
          Internet address: www.cedr.com

      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
          N/A
          N/A, United Kingdom

   VI.5) Date of dispatch of this notice: 04/07/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       See procurement documentation
       See procurement documentation, Greater London, NA, United Kingdom
       Email: tenders@camerons.uk.com
       Main Address: www.nhhg.org.uk
       NUTS Code: UKI