Notting Hill Genesis: Consultant Framework - Package 1

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

Notice Summary
Title: Consultant Framework - Package 1
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. Architecture, Masterplanning and Landscape Architecture.
Published: 13/09/2016 09:58
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./69D6E8JR58
      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 1       
      Reference Number: CF1
      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. Architecture, Masterplanning and Landscape Architecture.       
      II.1.5) Estimated total value:
      Value excluding VAT: 38,250,000       
      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: Architect and Masterplanning       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71000000 - Architectural, construction, engineering and inspection services.
      71200000 - Architectural and related services.
      71210000 - Advisory architectural services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71222000 - Architectural services for outdoor areas.
      71230000 - Organisation of architectural design contests.
      71240000 - Architectural, engineering and planning services.
      71250000 - Architectural, engineering and surveying services.
      71251000 - Architectural and building-surveying services.
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      71421000 - Landscape gardening services.
      90721100 - Landscape protection services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Procurement of architectural services (including masterplanning) to support NHH in their development programme. The services required are fully set out within scoping documents but will include masterplanning; architecture; principal designer; landscape architecture and supervisory appointment for post contract services. Applicants for this lot should be able to deliver all 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: 7,000,000       
      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: 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. 2
      
      II.2.1) Title: Architects       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71200000 - Architectural and related services.
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71223000 - Architectural services for building extensions.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This lot is for provision of architecture services only. Procurement objective is to create a framework of architecture 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: 30,000,000       
      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: 30
            
      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: Landscape Architecture       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      71421000 - Landscape gardening services.
      90721100 - Landscape protection services.
      45112712 - Landscaping work for gardens.
      45112713 - Landscaping work for roof gardens.
      45451300 - Interior gardens.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This lot is for provision of landscape architecture services only. Procurement objective is to create a framework of landscape architecture 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: 1,250,000       
      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: 12
            
      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 or 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:
Notting Hill Housing Trust (NNHT)
Any entity within the same group of companies as NHHT from time to time (an NHHT Group Member)
any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time
and 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./69D6E8JR58

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/69D6E8JR58
   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 1            
      Reference number: CF1

      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. Architecture, Masterplanning and Landscape Architecture.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 38,250,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Architect and Masterplanning   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71210000 - Advisory architectural services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.
            71222000 - Architectural services for outdoor areas.
            71230000 - Organisation of architectural design contests.
            71240000 - Architectural, engineering and planning services.
            71250000 - Architectural, engineering and surveying services.
            71251000 - Architectural and building-surveying services.
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.
            71421000 - Landscape gardening services.
            90721100 - Landscape protection 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: Procurement of architectural services (including masterplanning) to support NHH in their development programme. The services required are fully set out within scoping documents but will include masterplanning; architecture; principal designer; landscape architecture and supervisory appointment for post contract services. Applicants for this lot should be able to deliver all services required.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality Criteria / Weighting: 60
                  
      Cost criterion - Name: Cost Criteria / Weighting: 40
            

      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:Architects   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71200000 - Architectural and related services.
            71220000 - Architectural design services.
            71221000 - Architectural services for buildings.
            71223000 - Architectural services for building extensions.


      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 architecture services only. Procurement objective is to create a framework of architecture 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:
      Quality criterion - Name: Quality Criteria / Weighting: 60
                  
      Cost criterion - Name: Cost Criteria / Weighting: 40
            

      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:Landscape Architecture   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71400000 - Urban planning and landscape architectural services.
            71420000 - Landscape architectural services.
            71421000 - Landscape gardening services.
            90721100 - Landscape protection services.
            45112712 - Landscaping work for gardens.
            45112713 - Landscaping work for roof gardens.
            45451300 - Interior gardens.


      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 landscape architecture services only. Procurement objective is to create a framework of landscape architecture 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:
      Quality criterion - Name: Quality Criteria / Weighting: 60
                  
      Cost criterion - Name: Cost Criteria / Weighting: 40
            

      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: Yes       
      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 89-156316
      
   

   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: Yes

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: CF1    
   Lot Number: 1    
   Title: Architect & Masterplanning

   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: 21
         Number of tenders received from SMEs: 20 (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: 21

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Allies and Morrison LLP
             83-85 Southwark Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Assael Architecture Limited
             123 Upper Richmond Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BPTW LLP
             110-114 Norman Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Feilden Clegg Bradley Studios LLP
             Bath Brewery, Bath, United Kingdom
             NUTS Code: UKK1
            The contractor is an SME: Yes
         
         Contractor (No.5)
             HTA Design LLP
             106-110 Kentish Town Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Hunter & Partners Limited
             Space One, Beadon Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Jestico + Whiles + Associated Limited
             1 Cobourg Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             John Thompson & Partners LLP
             115c Milton Road, Cambridgeshire, United Kingdom
             NUTS Code: UKH12
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Levitt Bernstein Associates Limited
             1 Kingsland Passage, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Maccreanor Lavington Limited
             77 Bastwick Street, 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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: CF1.1    
   Lot Number: 1    
   Title: Architect & Masterplanning

   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: 21
         Number of tenders received from SMEs: 20 (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: 21

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pollard Thomas Edwards LLP
             Diespeker Wharf, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             PRP Architects LLP
             Ferry Works, Summer Road, Surrey, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Sheppard Robson Architects LLP
             77 Parkway, 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: 7,000,000          
         Total value of the contract/lot: 7,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: CF1.2    
   Lot Number: 2    
   Title: Architecture

   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: 35
         Number of tenders received from SMEs: 35 (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: 35

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Acanthus Lawrence & Wrightson Limited
             Voysey House, Barley Mow Passage, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Alan Camp Architects LLP
             88 Union Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Avanti Architects Limited
             361-373 City Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BPTW LLP
             110-114 Norman Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Cartwright Pickard Architects Limited
             1 Canal Side Studios, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Conran and Partners Limited
             22 Shad Thames, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             David Miller Limited
             9 Wimpole Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             DLA Architecture Limited
             55 St Pauls Street, Leeds, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Feilden Clegg Bradley Studios LLP
             Bath Brewery, Toll Bridge Road, Bath, United Kingdom
             NUTS Code: UKK1
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Glenn Howells Architects Limited
             321 Bradford Street, Birmingham, United Kingdom
             NUTS Code: UKG
            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: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: CF1.4    
   Lot Number: 2    
   Title: Architecture

   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: 35
         Number of tenders received from SMEs: 35 (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: 35

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hawkins Brown Architects LLP
             159 St Jon Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Haworth Tompkins Limited
             5th Floor Highgate Business Centre, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             HHBR Limited
             21 Perseverance Works, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             HTA Design LLP
             106-110 Kentish Town Road,, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Levitt Bernstein Associates Limited
             1 Kingsland Passage, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Lifschutz Davidson Sandilands Limited
             30 City Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Maccreanor Lavington Limited
             77 Bastwick Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             MAE Architects Limited
             1 Naroroji Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Mecanoo International B.V.
             Oude Delft 203, Delft, Netherlands
             NUTS Code: NL333
            The contractor is an SME: Yes
         
         Contractor (No.10)
             PCKO Architects Limited
             5-8 Hardwick Street, 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: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: CF1.5    
   Lot Number: 2    
   Title: Architecture

   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: 35
         Number of tenders received from SMEs: 35 (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: 35

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Penoyre & Prasad LLP
             28-42 Banner Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Pollard Thomas Edwards LLP
             Diespeker Wharf, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PRP Architects LLP
             Ferry Works, Summer Road, Surrey, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Sheppard Robson Architects LLP
             77 Parkway, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Tatehindle Limited
             1 Lindsey Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Weston Williamson + Partners
             12 Valentine 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: 30,000,000          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: CF1.6    
   Lot Number: 3    
   Title: Landscape Architecture

   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: 11 (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)
             Allen Pyke Associates Limited
             115 South Road, Somerset, United Kingdom
             NUTS Code: UKK23
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Buidling Design Partnership Limited
             PO BOX 85, Manchester, United Kingdom
             NUTS Code: UKD3
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Churchman Landscape Architects Limited
             3.04 Chester House, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             HTA Design LLP
             106-110 Kentish Town Road, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Land Use Consultants
             42 Chalton Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Levitt Bernstein Associates Limited
             1 Kingsland Passage, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Place Design and Planning Limited
             16 West Barnes Lane, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.8)
             PRP Architects LLP
             Ferry Works, Summer Road, Surrey, United Kingdom
             NUTS Code: UKJ25
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Standerwick Land Design
             Claremont House, Claremont Road, Kingston-Upon-Thames, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Sweco UK Limited
             Grove House, Mansion Gate Drive, West Yorkshire, United Kingdom
             NUTS Code: UKE4
            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: 1,250,000          
         Total value of the contract/lot: 1,250,000
         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:
Notting Hill Housing Trust (NNHT)
Any entity within the same group of companies as NHHT from time to time (an NHHT Group Member)
any entity or joint venture company that NHHT or any other NHHT Group Member holds an interest in from time to time
and 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=262445490

   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: 03/07/2017

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