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 |
View Full Notice
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
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