Heritage Fund is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Register of Support Services Framework Agreement |
Notice type: | Contract Notice |
Authority: | Heritage Fund |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below: Lot 1 – Heritage & Culture Construction Project Management Consultant Lot 2 – Business Development and Management Consultant Lot 3 - Public Engagement with Heritage Consultant Lot 4 – Natural Environment Consultant The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects. This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects. This Framework will also be open to the Arts Council England (ACE) for them to use if required. |
Published: | 05/05/2023 12:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Memorial Heritage Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
Tel. +44 2037874819, Email: procurement@heritagefund.org.uk
Main Address: https://www.heritagefund.org.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76 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
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Register of Support Services Framework Agreement
Reference Number: NHMF 0325
II.1.2) Main CPV Code:
92500000 - Library, archives, museums and other cultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below:
Lot 1 – Heritage & Culture Construction Project Management Consultant
Lot 2 – Business Development and Management Consultant
Lot 3 - Public Engagement with Heritage Consultant
Lot 4 – Natural Environment Consultant
The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects.
This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects.
This Framework will also be open to the Arts Council England (ACE) for them to use if required.
II.1.5) Estimated total value:
Value excluding VAT: 4,900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 4
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: Lot 1 – Heritage and Culture Construction Project Management
Lot 2 – Business Development and Management
Lot 3 – Public Engagement with Heritage
Lot 4 – Natural Environment
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Heritage and Culture Construction Project Management
Lot No: 1
II.2.2) Additional CPV codes:
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance:
UKN0 Northern Ireland
UKM5 North Eastern Scotland
UKL14 South West Wales
UKL2 East Wales
UKD NORTH WEST (ENGLAND)
UKL1 West Wales and The Valleys
UKC NORTH EAST (ENGLAND)
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKM9 Southern Scotland
UKM7 Eastern Scotland
UKM8 West Central Scotland
II.2.4) Description of procurement: NHMF supports a wide variety of capital projects involving different types of heritage assets, landscapes and townscapes. Some of the areas we are expecting consultants to provide services in as part of this lot are:
Pre application advice to grantees
Expert advice to the Fund
Monitoring of projects
Mentoring Grantees
Influencing grantees, etc
Details of the full requirement under this Lot is provided in the specification document.
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: 2,300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: As detailed in the tender 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/UPM628VW76
II.2) Description Lot No. 2
II.2.1) Title: Business Development and Management
Lot No: 2
II.2.2) Additional CPV codes:
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance:
UKN0 Northern Ireland
UKM5 North Eastern Scotland
UKL14 South West Wales
UKL2 East Wales
UKD NORTH WEST (ENGLAND)
UKL1 West Wales and The Valleys
UKC NORTH EAST (ENGLAND)
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKM9 Southern Scotland
UKM7 Eastern Scotland
UKM8 West Central Scotland
II.2.4) Description of procurement: NHMF supports a wide variety of heritage projects which aim to build organisational resilience and capacity either as the sole focus or as part of a wider investment in the organisations assets and / or activities. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:
Pre application advice
Financial analysis
Enterprise development activities
Organisation capacity building
Business planning, etc
Details of the full requirement under this Lot is provided in the specification document.
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: 700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Public Engagement with Heritage
Lot No: 3
II.2.2) Additional CPV codes:
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance:
UKN0 Northern Ireland
UKM5 North Eastern Scotland
UKL14 South West Wales
UKL2 East Wales
UKD NORTH WEST (ENGLAND)
UKL1 West Wales and The Valleys
UKC NORTH EAST (ENGLAND)
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKM9 Southern Scotland
UKM7 Eastern Scotland
UKM8 West Central Scotland
II.2.4) Description of procurement: The NHMF supports a variety of heritage projects which engage in a broad range of ways with communities and the wider public. These projects focus on increasing access and diversifying audiences either as stand-alone initiatives or as an integrated element of a larger programme such as the redevelopment of a heritage asset.
Consultants will be required to provide monitoring, mentoring and advisory services, and will need to work and engage in a variety of heritage settings such as built heritage; natural heritage; industrial, transport or maritime heritage; museums, libraries and archives; and intangible heritage or community heritage.
Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:
Pre application advice
Providing expert advice
Being a critical friend to grantees
Advising on approaches to engaging volunteers, etc
Details of the full requirement under this Lot is provided in the specification document.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 20
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Natural Environment Consultant
Lot No: 4
II.2.2) Additional CPV codes:
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance:
UKN0 Northern Ireland
UKM5 North Eastern Scotland
UKL14 South West Wales
UKL2 East Wales
UKD NORTH WEST (ENGLAND)
UKL1 West Wales and The Valleys
UKC NORTH EAST (ENGLAND)
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKM9 Southern Scotland
UKM7 Eastern Scotland
UKM8 West Central Scotland
II.2.4) Description of procurement: The NHMF supports a wide variety of heritage projects that benefit nature and the environment either as stand-alone initiatives or as part of larger initiatives involving different types of heritage assets, landscapes and natural environments.
Consultants will be required to provide monitoring, mentoring and advisory services relating to landscapes and natural heritage and will be expected to work and engage in more than one type of natural heritage: habitats, species, semi-natural landscapes, rewilding schemes, designed landscapes (including public parks), geodiversity, and marine and aquatic environments. Consultants will also need to understand the requirements/opportunities associated with different designations affecting the natural environment (AONBs, SSSI’s and so on) across the UK. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below:
Pre application advice to grantees
The preparation and implementation of conservation planning documents and plans by Grantees
Nature-based solutions to deliver a variety of environmental benefits
Green finance opportunities and investment readiness including different financing models for the sector, etc
Details of the full requirement under this Lot is provided in the specification document.
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: 900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2028
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: 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:
As stated in the procurement documents
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
As stated in the procurement documents
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/06/2023 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
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 Yes
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.
The contract period (term) will be from 1 April 2024 to 31 March 2028 inclusive. The Fund reserves the right to extend the Framework Agreement period by up to two years in exceptional circumstances.
To request to participate in this tender, interested organisations must complete and submit a SQD as detailed in this advert and via the Delta e-sourcing portal. The Fund will assess the SQDs to produce a shortlist of participants for each lot and invite participants to submit tenders for the relevant lot(s) for which they have pre-qualified.
Prior to the award of any framework, the Fund reserves the right at it's descretion to re-assess the SQD tests to ensure that successful participants continue to meet the SQD criteria for the relevant lot(s)
for which they have been successful.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UPM628VW76
VI.4) Procedures for review
VI.4.1) Review body:
National Memorial Heritage Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point
information on award of the framework agreement is communicated to participants
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/05/2023
Annex A
View any Notice Addenda
UK-London: Library, archives, museums and other cultural services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
National Memorial Heritage Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
Tel. +44 2037874819, Email: procurement@heritagefund.org.uk
Main Address: https://www.heritagefund.org.uk/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Register of Support Services Framework Agreement Reference number: NHMF 0325
II.1.2) Main CPV code:
92500000 - Library, archives, museums and other cultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below: Lot 1 – Heritage & Culture Construction Project Management Consultant Lot 2 – Business Development and Management Consultant Lot 3 - Public Engagement with Heritage Consultant Lot 4 – Natural Environment Consultant The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects. This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects. This Framework will also be open to the Arts Council England (ACE) for them to use if required.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 15/05/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 583168
Notice number in OJ S: 2023/S 000 - 012973
Date of dispatch of the original notice: 05/05/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2
Lot No: 1,2,4
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged Maximum number of candidates - 25. Objective for choosing limited number - as per SQ and tender Documents
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.2
Lot No: 3
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged Maximum number of candidates - 30. Objective for choosing limited number - as per SQ and tender Documents
VII.1.2) Text to be corrected in original notice No: 3
Section Number: IV.2
Lot No: 1,2,3,4
Place of text to be modified: IV.2.3 Languages in which tenders or requests to participate may be submitted
Instead of: English
Read: English and Welsh
VII.2) Other 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. The contract period (term) will be from 1 April 2024 to 31 March 2028 inclusive. The Fund reserves the right to extend the Framework Agreement period by up to two years in exceptional circumstances.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UPM628VW76
Register of Support Services Framework Agreement
UK-London: Library, archives, museums and other cultural services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
National Heritage Memorial Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
Tel. +44 2037874819, Email: procurement@heritagefund.org.uk
Main Address: https://www.heritagefund.org.uk/
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Register of Support Services Framework Agreement Reference number: NHMF 0325
II.1.2) Main CPV code:
92500000 - Library, archives, museums and other cultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below: Lot 1 – Heritage & Culture Construction Project Management Consultant Lot 2 – Business Development and Management Consultant Lot 3 - Public Engagement with Heritage Consultant Lot 4 – Natural Environment Consultant The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects. This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects. This Framework will also be open to the Arts Council England (ACE) for them to use if required.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 19/05/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 583168
Notice number in OJ S: 2023/S 000 - 012973
Date of dispatch of the original notice: 05/05/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.9
Lot No: 1
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged maximum number of candidates - 25. Objective criteria for choosing limited number of candidates - as per SQ / Tender documents
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.2.9
Lot No: 2
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged maximum number of candidates - 25. Objective criteria for choosing limited number of candidates - as per SQ / Tender documents
VII.1.2) Text to be corrected in original notice No: 3
Section Number: II.2.9
Lot No: 3
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged maximum number of candidates - 30. Objective criteria for choosing limited number of candidates - as per SQ / Tender documents
VII.1.2) Text to be corrected in original notice No: 4
Section Number: II.2.9
Lot No: 4
Place of text to be modified: II.2.9 Envisaged maximum number of candidates and objective criteria for choosing limited number of candidates
Instead of: Blank
Read: Envisaged maximum number of candidates - 25. Objective criteria for choosing limited number of candidates - as per SQ / Tender documents
VII.1.2) Text to be corrected in original notice No: 5
Section Number: IV.2.3
Lot No: Not provided
Place of text to be modified: IV.2.3 Languages in which tenders or requests to participate may be submitted
Instead of: English
Read: English and Welsh
VII.2) Other 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. The contract period (term) will be from 1 April 2024 to 31 March 2028 inclusive. The Fund reserves the right to extend the Framework Agreement period by up to two years in exceptional circumstances.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Library%2C-archives%2C-museums-and-other-cultural-services./UPM628VW76
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UPM628VW76
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
National Memorial Heritage Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
Tel. +44 2037874819, Email: procurement@heritagefund.org.uk
Main Address: https://www.heritagefund.org.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Register of Support Services Framework Agreement
Reference number: NHMF 0325
II.1.2) Main CPV code:
92500000 - Library, archives, museums and other cultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The National Memorial Heritage Fund (the Fund) is seeking to appoint suitably skilled and experienced consultants for our Register of Support Services Framework Agreement (RoSS). The Framework has 4 Lots as detailed below: Lot 1 – Heritage & Culture Construction Project Management Consultant Lot 2 – Business Development and Management Consultant Lot 3 - Public Engagement with Heritage Consultant Lot 4 – Natural Environment Consultant The Fund provides grant funding to large, well-resourced and experienced organisations and other public bodies together with small voluntary/community groups will little or no experience of undertaking heritage projects. This Framework is to be used by the Fund to commission consultants who can provide expert advice and support the assessment, mentoring and monitoring of projects. This Framework will also be open to the Arts Council England (ACE) for them to use if required.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,900,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Construction Project Management
Lot No:1
II.2.2) Additional CPV code(s):
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance
Nuts code:
UKM9 - Southern Scotland
UKM8 - West Central Scotland
UKM7 - Eastern Scotland
UKL14 - South West Wales
UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKK - SOUTH WEST (ENGLAND)
UKJ - SOUTH EAST (ENGLAND)
UKM5 - North Eastern Scotland
UKL2 - East Wales
UKL1 - West Wales and The Valleys
UKN0 - Northern Ireland
Main site or place of performance:
Southern Scotland
West Central Scotland
Eastern Scotland
South West Wales
NORTH EAST (ENGLAND)
NORTH WEST (ENGLAND)
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
North Eastern Scotland
East Wales
West Wales and The Valleys
Northern Ireland
II.2.4) Description of the procurement: NHMF supports a wide variety of capital projects involving different types of heritage assets, landscapes and townscapes. Some of the areas we are expecting consultants to provide services in as part of this lot are: Pre application advice to grantees Expert advice to the Fund Monitoring of projects Mentoring Grantees Influencing grantees, etc Details of the full requirement under this Lot is provided in the specification document.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
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:Business Development and Management
Lot No:2
II.2.2) Additional CPV code(s):
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance
Nuts code:
UKM9 - Southern Scotland
UKM8 - West Central Scotland
UKM7 - Eastern Scotland
UKL14 - South West Wales
UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKK - SOUTH WEST (ENGLAND)
UKJ - SOUTH EAST (ENGLAND)
UKM5 - North Eastern Scotland
UKL2 - East Wales
UKL1 - West Wales and The Valleys
UKN0 - Northern Ireland
Main site or place of performance:
Southern Scotland
West Central Scotland
Eastern Scotland
South West Wales
NORTH EAST (ENGLAND)
NORTH WEST (ENGLAND)
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
North Eastern Scotland
East Wales
West Wales and The Valleys
Northern Ireland
II.2.4) Description of the procurement: NHMF supports a wide variety of heritage projects which aim to build organisational resilience and capacity either as the sole focus or as part of a wider investment in the organisations assets and / or activities. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below: Pre application advice Financial analysis Enterprise development activities Organisation capacity building Business planning, etc Details of the full requirement under this Lot is provided in the specification document.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
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:Public Engagement with Heritage
Lot No:3
II.2.2) Additional CPV code(s):
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance
Nuts code:
UKM9 - Southern Scotland
UKM8 - West Central Scotland
UKM7 - Eastern Scotland
UKL14 - South West Wales
UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKK - SOUTH WEST (ENGLAND)
UKJ - SOUTH EAST (ENGLAND)
UKM5 - North Eastern Scotland
UKL2 - East Wales
UKL1 - West Wales and The Valleys
UKN0 - Northern Ireland
Main site or place of performance:
Southern Scotland
West Central Scotland
Eastern Scotland
South West Wales
NORTH EAST (ENGLAND)
NORTH WEST (ENGLAND)
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
North Eastern Scotland
East Wales
West Wales and The Valleys
Northern Ireland
II.2.4) Description of the procurement: The NHMF supports a variety of heritage projects which engage in a broad range of ways with communities and the wider public. These projects focus on increasing access and diversifying audiences either as stand-alone initiatives or as an integrated element of a larger programme such as the redevelopment of a heritage asset. Consultants will be required to provide monitoring, mentoring and advisory services, and will need to work and engage in a variety of heritage settings such as built heritage; natural heritage; industrial, transport or maritime heritage; museums, libraries and archives; and intangible heritage or community heritage. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below: Pre application advice Providing expert advice Being a critical friend to grantees Advising on approaches to engaging volunteers, etc Details of the full requirement under this Lot is provided in the specification document.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
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:Natural Environment
Lot No:4
II.2.2) Additional CPV code(s):
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance
Nuts code:
UKM9 - Southern Scotland
UKM8 - West Central Scotland
UKM7 - Eastern Scotland
UKL14 - South West Wales
UKC - NORTH EAST (ENGLAND)
UKD - NORTH WEST (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKF - EAST MIDLANDS (ENGLAND)
UKH - EAST OF ENGLAND
UKK - SOUTH WEST (ENGLAND)
UKJ - SOUTH EAST (ENGLAND)
UKM5 - North Eastern Scotland
UKL2 - East Wales
UKL1 - West Wales and The Valleys
UKN0 - Northern Ireland
Main site or place of performance:
Southern Scotland
West Central Scotland
Eastern Scotland
South West Wales
NORTH EAST (ENGLAND)
NORTH WEST (ENGLAND)
WEST MIDLANDS (ENGLAND)
EAST MIDLANDS (ENGLAND)
EAST OF ENGLAND
SOUTH WEST (ENGLAND)
SOUTH EAST (ENGLAND)
North Eastern Scotland
East Wales
West Wales and The Valleys
Northern Ireland
II.2.4) Description of the procurement: The NHMF supports a wide variety of heritage projects that benefit nature and the environment either as stand-alone initiatives or as part of larger initiatives involving different types of heritage assets, landscapes and natural environments. Consultants will be required to provide monitoring, mentoring and advisory services relating to landscapes and natural heritage and will be expected to work and engage in more than one type of natural heritage: habitats, species, semi-natural landscapes, rewilding schemes, designed landscapes (including public parks), geodiversity, and marine and aquatic environments. Consultants will also need to understand the requirements/opportunities associated with different designations affecting the natural environment (AONBs, SSSI’s and so on) across the UK. Consultants will be required to advise the Fund and monitor / mentor grantees in some of the areas below: Pre application advice to grantees The preparation and implementation of conservation planning documents and plans by Grantees Nature-based solutions to deliver a variety of environmental benefits Green finance opportunities and investment readiness including different financing models for the sector, etc Details of the full requirement under this Lot is provided in the specification document.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 75
Cost criterion - Name: Price / Weighting: 25
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-012973
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Construction Project Manager
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
2M Associates Ltd, NI047229
135A Crosskeys RoadCounty Antrim, BT41 3PY, Toomebridge Co Antrim, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Alwyn Jones Architects, N/A
Taffs Well, Cardiff, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Artis Consulting Ltd, 07508303
25B BROADCHARE, NEWCASTLE UPON TYNE, NE1 3DQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Buttress Architects, 05363573
41 Bengal St, Manchester, M4 6AF, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Craigerne Consulting Ltd, SC539883
Windover, Craigerne Lane, Peebles, EH45 9HQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Creative Heritage Consultants, 05445974
Hardwick Mount, Buxton, SK17 6PP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Cumming Management Group Ltd, 07652159
1 Fellmongers Path, London, SE1 3LY, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Fairbanks Heritage Ltd, 11767685
12 Bridgford Road, West Bridgford, Nottingham, NG2 6AB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Ellis Williams Architects Ltd, 03818904
Wellfield, Chester Road, Preston Brook, Runcorn, WA7 3BA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Firth Heritage, N/A
Edinburgh, Edinburgh, EH5 2AB, United Kingdom
NUTS Code: UK
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: 2,300,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Construction Project Manager
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 26
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Gill Andrews - Cultural Heritage Consultancy, N/A
Havant, Hampshire, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Hera Regeneration Ltd, 08458424
5 St Oswald Road, York, Y010 4PF, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
JLA Consulting, N/A
Sarum Business Park, Lancaster Road, Salisbury, SP4 6FB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
MDA Consulting Ltd, 04511261
15 Greycoat Place, London, SW1P 1SB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
P Mercer & Co Ltd, 11706174
33 Whirlow Court Road, Sheffield, S11 9NS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Peter Drummond Architect Ltd, SC334683
56 Dundonald Road, Kilmarnock, KA1 1RZ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Phil Collins, N/A
Dunsford, Exeter, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Sally Prothero Landscape Architecture Ltd, 10281729
Chancery Station House, 31-33 High Holborn, London, WC1V 6AX, United Kingdom
NUTS Code: UK
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: 2,300,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 2
Title: Business Development and Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 24
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Alix Slater Consultancy & Training Ltd, 07190497
Georgian House, 44 Lower Cookham Road, Maidenhead, SL6 8JU, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Barker Langham, 05531073
160 Packington Street, London, N1 8RA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Community Enterprise, SC107265
Suite 12a, Fleming House, Fleming Road, Livingston, EH54 7BN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
David Waterfall, N/A
Greasby, Wirral, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
DBA Consult Ltd, 07048868
The Old Workshop, 1 Ecclesall Road South, Sheffield, S11 9PA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Ellen Dempster Consulting, N/A
St Albans, St Albans, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
GKA, N/A
Wessex Place, Barry, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Heather Lomas Consulting, N/A
Bramfield, Suffolk, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Ingham Pinnock Associates, 08052305
10 St Edwards Passage, Cambridge, CB2 3PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Insight Solutions (Ireland) Ltd, NI657196
16a Camaghy Road South, Dungannon, BT70 2NL, United Kingdom
NUTS Code: UK
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: 700,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 2
Title: Business Development and Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 24
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Jane Hellings, N/A
London, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Jura Consultants, SC196023
15 Craigerne Crescent, Peebles, EH45 9HW, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
L&R Consulting LLP, N/A
Croeshowell Hill, Wrexham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Locality (UK), 02787912
33 Corsham Street, London, N1 6DR, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Sara Hilton Associates Limited, 10244041
Greenslinch House, Silverton, EX5 4DH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Scott B Sullivan Associates Ltd, 09480901
W8a Knoll Business Centre, 325-327 Old Shoreham Road, Hove, BN3 7GS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
SSW Rural Ltd, 12033674
Rumwell Hall, Rumwell, Taunton, TA4 1EL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Take the Current Ltd, 10981985
43 Crouch Hall Road, London, N8 8HH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
The Funding Centre Ltd, 07549394
39 Cardiff Road, Cardiff, CF5 2DP, United Kingdom
NUTS Code: UK
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: 700,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 3
Title: Public Engagement with Heritage
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 30
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ahmed Iqbal Ullah Education Trust, N/A
Lower Ground Floor, Manchester Central Library, St Peters Sq, Manchester, M2 5PD, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Anna Cullum Limited, 11716900
21 Davigdor Road, Hove, BN3 1QB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Anna Salaman, N/A
York, York, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Bright Culture Consultancy LLP, OC414627
1 Varndean Road, Brighton, BN1 6RL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Carrock Landscapes Ltd, 07258913
Mark’s House, Stewart Hill, Hesket Newmarket, Wigton, CA7 8HX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Chloë Bird, N/A
Haringey, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Claire Adler, N/A
Cambridge, Cambridge, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
DBA Consult Ltd, 07048868
The Old Workshop, 1 Ecclesall Road South, Sheffield, S11 9PA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Dr Katherine Hann, N/A
Bristol, Bristol, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Emma Parsons, N/A
Warton, Carnforth, United Kingdom
NUTS Code: UK
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: 1,000,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 3
Title: Public Engagement with Heritage
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 30
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Foulger & Foulger Limited, 07399989
81 St Thomas’s Road, London, N4 2QJ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Heather Lomas Consulting, N/A
Bramfield, Suffolk, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Heritage Insider Ltd, 09088293
Titan House, Station Road, Leeds, LS18 5PA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Janice Tullock Associates Limited, 09557972
Trident House, 105 Derby Road, Liverpool, L20 8LZ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Cultural Consulting Network, N/A
Blackwell, Bromsgrove, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
KevinJBolton Ltd, 10951417
123 Wellington Road South, Stockport, SK1 3TH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
MayWe Events Limited, NI686739
Magnolia Suite, 430 Upper Newtownards Road, Belfast, BT4 3GY, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Reyahn King, N/A
Edinburgh, Edinburgh, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Rita McLean, N/A
Birmingham, Birmingham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Take the Space, 10536355
10 Milton Road, Eastbourne, BN21 1SQ, United Kingdom
NUTS Code: UK
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: 1,000,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 3
Title: Public Engagement with Heritage
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 30
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
The Audience Agency, 08117915
The Whitehouse, Wilderspool Business Park, Greenalls Avenue, Warrington, WA4 6HL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Thrive, N/A
Crescent Arts Centre, Belfast, BT7 1NH, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Women and Digital Inclusion CIC, 13086240
Level 1 Basecamp Liverpool, 49 Jamaica Street, Liverpool, L1 0AH, United Kingdom
NUTS Code: UK
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: 1,000,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: 4
Title: Natural Environment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Bramhill Design Ltd, 06473966
1 Westbrook Green, Blewbury, OX11 9QD, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Carrock Landscapes Limited, 07258913
Mark’s House, Stewart Hill, Hesket Newmarket, Wigton, CA7 8HX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Community First Partnership Ltd, N/A
Worcester, Worcester, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Countryside Training Partnership, N/A
Baildon, Shipley, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Footprint Ecology Limited, 04980085
Forest Office, Cold Harbour, Wareham, BH20 7PA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Harriet Carty, N/A
Bishops Castle, Bishops Castle, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Heritage Insider Ltd, 09088293
Titan House, Station Road, Leeds, LS18 5PA, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Hummingbird, N/A
Norwich, Norwich, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
JLA Consulting, N/A
Sarum Business Park Lancaster Road Salisbury Wiltshire SP4 6FB, Lancaster Road, Salisbury, SP4 6FB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Lumby Consultancy, N/A
Stourbridge, Stourbridge, United Kingdom
NUTS Code: UK
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: 900,000
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.9)
Contract No: Not Provided
Lot Number: 4
Title: Natural Environment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/02/2024
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Phil Collins, N/A
Dunsford, Exeter, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Sally Prothero Landscape Architecture Ltd, 10281729
Chancery Station House, 31-33 High Holborn, London, England, WC1V 6AX, 31-33 High Holborn, London, WC1V 6AX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Scott B Sullivan Associates Ltd, 09480901
W8a Knoll Business Centre 325-327 Old Shoreham Road Hove BN3 7GS, 325-327 Old Shoreham Road, Hove, BN3 7GS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
SSW Rural Ltd, 12033674
Rumwell Hall, Rumwell, Taunton, TA4 1EL, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
Tadorna Consulting, 14066285
27 Old Gloucester Street, London, WC1N 3AX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Thirlwall Associates Ltd, 04747986
81 High Street, Wallingford, OX10 0BX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Walshe Associates LLP, OC318478
Thorneloe House, 25 Barbourne Road, Worcester, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
White Horse Ecology, 10480596
69 Fitzroy Rd, Whitstable, CT5 2LE, United Kingdom
NUTS Code: UK
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: 900,000
Total value of the contract/lot: 1
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 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. The contract period (term) will be from 1 April 2024 to 31 March 2028 inclusive. The Fund reserves the right to extend the Framework Agreement period by up to two years in exceptional circumstances.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=843660456
VI.4) Procedures for review
VI.4.1) Review body
National Memorial Heritage Fund
4th Floor Cannon Bridge House, 25 Dowgate Hill, London, EC4 R 2YA, United Kingdom
VI.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on award of the framework agreement is communicated to participants
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/05/2024