Notting Hill Genesis: NHH Demolition & enabling works Contractor Framework Agreement

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

Notice Summary
Title: NHH Demolition & enabling works Contractor Framework Agreement
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Works
Procedure: Open
Short Description: NHH wishes to establish a Framework Agreement of between 3 to 5 Contractors for the provision of delivering demolition and enabling works' services. The scope of this Framework includes, but not limited too: site preparation work, building demolition, wrecking work and earthmoving work. NHH envisages works may also include: •demolition works for large and medium sized developments; •enabling works including all ground works; •removal or relocation of underground obstructions including sub-structure to a depth of 2 metres; •site clearance and disconnection of utility service or removal of redundant plant and services; •removal and the protection of trees including the provision of temporary services for the construction works •asbestos removal, and soft strip and building clearance works. NHH’s will run this tender using the Open Procedure, meaning the tender will be run over 1 stage with a combined qualification questionnaire and Invitation to Tender (ITT); and is intending to appoint between 3 to 5 contractors. NHH is looking to finalise the award of this Framework Agreement no later than early January 2016 and for expediency, NHH will place the first call-off, in relation to Site 1 of our forthcoming regeneration programme at the Aylesbury Estate in Southwark, with the bidder who received the highest combined (quality and pricing) score during this tendering exercise. Notwithstanding any statement on this notice to the contrary, this framework will be available for use by NHH (and its associated entities) and any other contracting authority that is a provider of affordable housing that is developing a site within the Greater London area for the inclusion of affordable housing. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO) will be entitled to call off under the Framework Agreement with the written consent of NHHT. The Framework will be let over 4 years (2 + (up to) 2 year) and is estimated to be worth between £150m and £250m. The value has been estimated on the anticipation of works to be commissioned by NHH within the next 4 years, and allowing for other providers of affordable housing (HA) to call-off from this Framework. However there is no obligation whatsoever on NHH or other affordable housing providers (the Client) to invite or select Framework Providers to deliver any Services and/or to purchase any Services under this Agreement; and no form of exclusivity has been conferred on nor any guarantees provided to potential Framework Providers in respect to turnover or volume of work.
Published: 24/09/2015 18:30
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: Site preparation work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Notting Hill Housing Trust
      Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
      Email: cora.marler@sweettgroup.com, URL: http://www.nottinghillhousing.org.uk/, URL: https://www.delta-esourcing.com/
      Contact: Sweett (UK) Limited, Attn: Cora Marler
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NHH Demolition & enabling works Contractor Framework Agreement
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS         Execution


         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 150,000,000 and 250,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Site preparation work. Building demolition and wrecking work and earthmoving work. NHH wishes to establish a Framework Agreement of between 3 to 5 Contractors for the provision of delivering demolition and enabling works' services. The scope of this Framework includes, but not limited too: site preparation work, building demolition, wrecking work and earthmoving work. NHH envisages works may also include:

•demolition works for large and medium sized developments;
•enabling works including all ground works;
•removal or relocation of underground obstructions including sub-structure to a depth of 2 metres;
•site clearance and disconnection of utility service or removal of redundant plant and services;
•removal and the protection of trees including the provision of temporary services for the construction works
•asbestos removal, and soft strip and building clearance works.

NHH’s will run this tender using the Open Procedure, meaning the tender will be run over 1 stage with a combined qualification questionnaire and Invitation to Tender (ITT); and is intending to appoint between 3 to 5 contractors. NHH is looking to finalise the award of this Framework Agreement no later than early January 2016 and for expediency, NHH will place the first call-off, in relation to Site 1 of our forthcoming regeneration programme at the Aylesbury Estate in Southwark, with the bidder who received the highest combined (quality and pricing) score during this tendering exercise.

Notwithstanding any statement on this notice to the contrary, this framework will be available for use by NHH (and its associated entities) and any other contracting authority that is a provider of affordable housing that is developing a site within the Greater London area for the inclusion of affordable housing. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO) will be entitled to call off under the Framework Agreement with the written consent of NHHT.
The Framework will be let over 4 years (2 + (up to) 2 year) and is estimated to be worth between £150m and £250m. The value has been estimated on the anticipation of works to be commissioned by NHH within the next 4 years, and allowing for other providers of affordable housing (HA) to call-off from this Framework. However there is no obligation whatsoever on NHH or other affordable housing providers (the Client) to invite or select Framework Providers to deliver any Services and/or to purchase any Services under this Agreement; and no form of exclusivity has been conferred on nor any guarantees provided to potential Framework Providers in respect to turnover or volume of work.
         
      II.1.6)Common Procurement Vocabulary:
         45100000 - Site preparation work.
         
         45110000 - Building demolition and wrecking work and earthmoving work.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Please refer to the Short Description field                  
         Estimated value excluding VAT:
         Range between: 150,000,000 and 250,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      N/A
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      N/A
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      NHH have drafted their own Framework Agreement for this Contract, included within this suite of tender documents. Bidders should note NHHT intends to appoint the highest combining (quality and price) scoring Bidder on the framework to the first call-off, for the first development site of the Aylesbury regeneration programme. This first Call-Off is referred too as the 'Sample Project' for the purposes of establishing the Framework Contractors and appointing the Contract for the first Call-Off Contract.

It is intended that all subsequent call-off contracts from the framework agreement will be either the JCT Standard Form Design and Build Contract 2011 Edition (with a Schedule of Amendments), the JCT Intermediate Building Contract with Contractor's Design 2011 Edition (with a Schedule of Amendments), the NEC3 Engineering and Construction Contract April 2013 Edition (with such bespoke Z Clause amendments as the Employer may reasonably require); or such other comparable standard form of construction Contract (with such tailored bespoke amendments as the Employer may reasonably require)
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      All performance measures are outlined within the Contracts included within this suite of tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Minimum Level(s) of standards possibly required:
         The minimum financial value Bidders will be assessed by is £12m.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PROC0029      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Notice on a buyer profile
            Notice number in OJEU: 2015/S 165 - 301098 of 25/08/2015
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/10/2015
         Time: 09:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Date: 05/11/2015
         Time: 12:00
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 4 years from the contract award of this Framework
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Site-preparation-work./FAF6J28U57

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FAF6J28U57
GO-2015924-PRO-7110898 TKR-2015924-PRO-7110897
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Court of Appeal
      TBC, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 24/09/2015

ANNEX A

View any Notice Addenda

NHH Demolition & enabling works Contractor Framework Agreement

UK-London: Site preparation work.

Section I: Contracting Authority
   Title: UK-London: Site preparation work.
   I.1)Name, Addresses And Contact Point(s)
      Notting Hill Housing Trust
      Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
      Email: cora.marler@sweettgroup.com, URL: http://www.nottinghillhousing.org.uk/, URL: https://www.delta-esourcing.com/
      Contact: Sweett (UK) Limited, Attn: Cora Marler
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: NHH Demolition & enabling works Contractor Framework Agreement
      II.1.2)Short description of the contract or purchase:
      Site preparation work. Building demolition and wrecking work and earthmoving work. NHH wishes to establish a Framework Agreement of between 3 to 5 Contractors for the provision of delivering demolition and enabling works' services. The scope of this Framework includes, but not limited too: site preparation work, building demolition, wrecking work and earthmoving work. NHH envisages works may also include:

•demolition works for large and medium sized developments;
•enabling works including all ground works;
•removal or relocation of underground obstructions including sub-structure to a depth of 2 metres;
•site clearance and disconnection of utility service or removal of redundant plant and services;
•removal and the protection of trees including the provision of temporary services for the construction works
•asbestos removal, and soft strip and building clearance works.

NHH’s will run this tender using the Open Procedure, meaning the tender will be run over 1 stage with a combined qualification questionnaire and Invitation to Tender (ITT); and is intending to appoint between 3 to 5 contractors. NHH is looking to finalise the award of this Framework Agreement no later than early January 2016 and for expediency, NHH will place the first call-off, in relation to Site 1 of our forthcoming regeneration programme at the Aylesbury Estate in Southwark, with the bidder who received the highest combined (quality and pricing) score during this tendering exercise.

Notwithstanding any statement on this notice to the contrary, this framework will be available for use by NHH (and its associated entities) and any other contracting authority that is a provider of affordable housing that is developing a site within the Greater London area for the inclusion of affordable housing. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO) will be entitled to call off under the Framework Agreement with the written consent of NHHT.
The Framework will be let over 4 years (2 + (up to) 2 year) and is estimated to be worth between £150m and £250m. The value has been estimated on the anticipation of works to be commissioned by NHH within the next 4 years, and allowing for other providers of affordable housing (HA) to call-off from this Framework. However there is no obligation whatsoever on NHH or other affordable housing providers (the Client) to invite or select Framework Providers to deliver any Services and/or to purchase any Services under this Agreement; and no form of exclusivity has been conferred on nor any guarantees provided to potential Framework Providers in respect to turnover or volume of work.
      
      II.1.3)Common procurement vocabulary:
      45100000 - Site preparation work.
      
      45110000 - Building demolition and wrecking work and earthmoving work.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: PROC0029      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 165621
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 28/09/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Notting Hill Housing Trust
            Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
            Email: cora.marler@sweettgroup.com
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      Bidders should be aware that there is a revised Access Code to access the tender documents from the one originally advertised. The new/replacement code is: MN2M9VTUEA
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Site-preparation-work./MN2M9VTUEA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MN2M9VTUEA
GO-2015928-PRO-7124986 TKR-2015928-PRO-7124985

      VI.5)Date of dispatch: 28/09/2015
NHH Demolition & enabling works Contractor Framework Agreement

UK-London: Site preparation work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Notting Hill Housing Trust
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Email: cora.marler@sweettgroup.com
       Contact: Sweett (UK) Limited
       Main Address: http://www.nottinghillhousing.org.uk/, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: NHH Demolition & enabling works Contractor Framework Agreement      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45100000 - Site preparation work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: NHH established a Framework Agreement with 5 Contractors for the provision of delivering demolition and enabling works' services. The scope of this Framework includes, but not limited too: site preparation work, building demolition, wrecking work and earthmoving work.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 11/04/2016

VI.6) Original notice reference:

   Notice Reference:    2016 - 174411   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 29/02/2016

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: V          
         Lot No: Not provided          
         Place of text to be modified: V:2          
         Instead of: Keltbray Limited, Squibb Group Ltd, Cantillon Limited, Coleman & Company Limited, John F Hunt Demolition Limited and Erith Group.          
         Read: Keltbray Limited, Cantillon Limited, Coleman & Company Limited, John F Hunt Demolition Limited and Erith Group.
                                    
   
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198161812


View Award Notice

UK-London: Site preparation work.

Section I: Contracting Authority
   Title: UK-London: Site preparation work.
   I.1)Name, Addresses and Contact Point(s):
      Notting Hill Housing Trust
      Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
      Email: cora.marler@sweettgroup.com, URL: http://www.nottinghillhousing.org.uk/, URL: https://www.delta-esourcing.com/
      Contact: Sweett (UK) Limited, Attn: Cora Marler
      Electronic Access URL: https://www.delta-esourcing.com/
      Electronic Submission URL: https://www.delta-esourcing.com/

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NHH Demolition & enabling works Contractor Framework Agreement      
      II.1.2)Type of contract and location of works:
         WORKS
Execution
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Site preparation work. Building demolition and wrecking work and earthmoving work. NHH wishes to establish a Framework Agreement of between 3 to 5 Contractors for the provision of delivering demolition and enabling works' services. The scope of this Framework includes, but not limited too: site preparation work, building demolition, wrecking work and earthmoving work. NHH envisages works may also include:

•demolition works for large and medium sized developments;
•enabling works including all ground works;
•removal or relocation of underground obstructions including sub-structure to a depth of 2 metres;
•site clearance and disconnection of utility service or removal of redundant plant and services;
•removal and the protection of trees including the provision of temporary services for the construction works
•asbestos removal, and soft strip and building clearance works.

NHH’s will run this tender using the Open Procedure, meaning the tender will be run over 1 stage with a combined qualification questionnaire and Invitation to Tender (ITT); and is intending to appoint between 3 to 5 contractors. NHH is looking to finalise the award of this Framework Agreement no later than early January 2016 and for expediency, NHH will place the first call-off, in relation to Site 1 of our forthcoming regeneration programme at the Aylesbury Estate in Southwark, with the bidder who received the highest combined (quality and pricing) score during this tendering exercise.

Notwithstanding any statement on this notice to the contrary, this framework will be available for use by NHH (and its associated entities) and any other contracting authority that is a provider of affordable housing that is developing a site within the Greater London area for the inclusion of affordable housing. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Homes and Communities Agency), local authorities and/or Arm’s-Length Management Organisations (ALMO) will be entitled to call off under the Framework Agreement with the written consent of NHHT.
The Framework will be let over 4 years (2 + (up to) 2 year) and is estimated to be worth between £150m and £250m. The value has been estimated on the anticipation of works to be commissioned by NHH within the next 4 years, and allowing for other providers of affordable housing (HA) to call-off from this Framework. However there is no obligation whatsoever on NHH or other affordable housing providers (the Client) to invite or select Framework Providers to deliver any Services and/or to purchase any Services under this Agreement; and no form of exclusivity has been conferred on nor any guarantees provided to potential Framework Providers in respect to turnover or volume of work.
      II.1.5)Common procurement vocabulary:
         45100000 - Site preparation work.
         45110000 - Building demolition and wrecking work and earthmoving work.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 250,000,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Pricing - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PROC0029         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Notice on a buyer profile
         Notice number in OJ: 2015/S 165 - 301098 of 27/08/2015         
         
          Contract notice    
         Notice number in OJ: 2015/S 189 - 342096 of 30/09/2015
         
         Other previous publications: Yes
            Notice number in OJ: 2015/S 192 - 346944 of 03/10/2015


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Keltbray Limited
         Postal address: St Andrew's House, Portsmouth Road
         Town: Esher
         Postal code: KT10 9TA
         Country: United Kingdom
         Email: karen@keltbray.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Squibb Group Ltd
         Postal address: Squibb House, 62 River Road
         Town: Barking, Essex
         Postal code: IG11 0DS
         Country: United Kingdom
         Email: lenkat@squibbgroup.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Erith Group
         Postal address: Erith House, Queen Street
         Town: Erith
         Postal code: DA8 1RP
         Country: United Kingdom
         Email: bd@erith.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Coleman & Company Limited
         Postal address: Shady LaneGreat Barr, Great Barr
         Town: Birmingham
         Postal code: B44 9ER
         Country: United Kingdom
         Email: gordonb@coleman-co.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   5: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Cantillon Limited
         Postal address: 10 Elton Way
         Town: Watford
         Postal code: WD25 8HH
         Country: United Kingdom
         Email: kate.mccormick@cantillon.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   6: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 03/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: John F Hunt Demolition Limited
         Postal address: London Road, Grays
         Town: Essex
         Postal code: RM20 4DB
         Country: United Kingdom
         Email: lesley.ager@johnfhunt.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=179552069
GO-2016229-PRO-7833051 TKR-2016229-PRO-7833050   
   VI.3.1)Body responsible for appeal procedures:
      Court of Appeal
      The Strand, United Kingdom
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 29/02/2016