Heritage Fund: Register of Support Services Framework Agreement

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Library, archives, museums and other cultural services.
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

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 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

UK-London: Library, archives, museums and other cultural services.

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