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 |
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./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
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