Contract award notice
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Mi Concepts Ltd.
08756870
Barclays House, Gatehouse Way
Buckinghamshire
HP19 8DB
UK
Contact person: Gareth Wilson
E-mail: gareth@miconcepts.co.uk
NUTS: UK
Internet address(es)
Main address: http://public.miconcepts.co.uk/documents/acdp/Accelerated_Delivery_Contracting_Authorities_List.pdf
Address of the buyer profile: http://miconcepts.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Other: Public Sector Buyer
I.5) Main activity
Other: Procurement and Government Consultancy
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Accelerated Construction Delivery Panel
Reference number: MCE 17063
II.1.2) Main CPV code
70000000
II.1.3) Type of contract
Services
II.1.4) Short description
This framework will facilitate end-to-end delivery of public assets through a range of essential services. These cover development and renovation, to disposal and management.
This includes funding applications, design proposals, energy consulting, architectural design, engineering consulting, project management and orchestration, estate management, cost management, master planning and all other disciplines. These disciplines are split into lots, which are detailed as part of this notice.
This framework is eligible for use by a range of contracting authorities. A list of these authorities is included in a link as part of this notice.
Suppliers will be called upon to quote for, and provide, services by these contracting authorities throughout the contract duration.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
12 000 000.00
EUR
II.2) Description
Lot No: 1
II.2.1) Title
Accelerated Construction Delivery
II.2.2) Additional CPV code(s)
71541000
72224000
71244000
71242000
71240000
71410000
71356400
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers four disciplines, which are as follows:
— Funding Applications (e.g. white papers for asset development, or renovation),
— Project Management,
— Cost Management,
— Developing Proposals,
— Planning Applications.
Suppliers will be evaluated on each of these areas for quality, pricing, and technical submissions. Successful suppliers will show the capability to manage the development of public assets from start to finish. This is a Framework agreement with multiple eligible contracting authorities, so 'tasks' will be issued on a need basis.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 2
II.2.1) Title
Project Management
II.2.2) Additional CPV code(s)
71541000
72224000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers project management for the development or renovation of public assets. This could involve working on complex projects with an array of different suppliers, and managers or agents acting on behalf of contracting authorities.
As part of the evaluation process, you will be asked to provide worked examples.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 3
II.2.1) Title
Engineering
II.2.2) Additional CPV code(s)
71300000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
'Engineering' is recognized as a broad discipline, encompassing civil, structural, design, environmental and other areas. This framework is designed to facilitate the development or renovation of public assets on an as needed basis by multiple contracting authorities, and so different specialisms and suppliers will be required.
Suppliers will be able to apply based on relevant specialisms and will be asked to provide worked examples as well as credentials.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 4
II.2.1) Title
Architecture
II.2.2) Additional CPV code(s)
71200000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This is a framework contract designed to meet public sector requirements across a UK wide portfolio. Therefore the scope of architectural services will be broad, with services called upon on a needed basis by eligible authorities over the wide region.
Suppliers will be able to bid for specialisms within their regions of operation.
The supplier will be asked to provide a worked example that covers at least one of the following architectural disciplines:
— Strategic brief for the client,
— Feasibility studies and options appraisal,
— Project brief,
— Concept design,
— Detailed design,
— Planning applications,
— Contract Administration,
— Rectification of defects,
— Post Occupancy Evaluations.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 5
II.2.1) Title
Planning
II.2.2) Additional CPV code(s)
71240000
71356400
71400000
71410000
90712000
90712100
90712500
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers the planning requirements for eligible contracting authorities throughout the United Kingdom.
Planning encompasses asset development or renovation, from small to large scale projects including environmental planning, urban planning, technical planning, building planning and others. Services will be called upon on a needed basis.
Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 6
II.2.1) Title
Masterplanning
II.2.2) Additional CPV code(s)
71400000
90712000
90712100
71240000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers the master planning requirements for eligible contracting authorities throughout the United Kingdom. This includes a strategic master-planning and project master planning, with services being called upon on a needed basis for regions and assets within the public portfolio.
An emphasis of this framework will be building homes, environmental development, urban planning and others.
Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 7
II.2.1) Title
Landscape Architecture
II.2.2) Additional CPV code(s)
71420000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers the landscape architecture requirements for eligible contracting authorities throughout the United Kingdom. Services will be called upon on a need basis.
Suppliers will be invited to provide worked examples of relevant specialisms and will be able to bid for services in their respective areas of operations.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 8
II.2.1) Title
Ecology and Biodiversity
II.2.2) Additional CPV code(s)
71313400
71313440
71313450
90720000
90722000
90700000
90710000
90711000
90711200
90711300
90711400
90711500
90712000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers all the ecology and biodiversity services required for the analysis of publicly owned assets and regions, and surrounding areas. This is integral to planning applications, assessment of the local environment, masterplanning etc. from construction projects through to other public schemes.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 9
II.2.1) Title
Construction Design and Management (CDM) Coordination
II.2.2) Additional CPV code(s)
71541000
72224000
71317210
71317200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
Eligible contracting authorities will call upon independent CDMC services for minor and major construction works, and to the advice on planning and master-planning projects.
These jobs will be raised on a need basis with eligible suppliers bidding for individual projects as they arise throughout the duration of the contract.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 10
II.2.1) Title
Property (Real Estate Services)
II.2.2) Additional CPV code(s)
70100000
70200000
70300000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
Contracting authorities will be using consultancy services through this framework to advise on how to finance the development of assets, which may then be disposed of, leased or rented under specific conditions or a variety of methods.
There are a number of government funding schemes available, as well as innovative models of investment and disposal which connect the public and private sectors.
These eligible authorities will require advice, and management of these processes in conjunction with project managers, funding applications, ecology and biodiversity considerations and more.
Services will be called off on a need basis. However, suppliers who are successfully appointed to the framework will also be able to propose schemes to authorities.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 11
II.2.1) Title
Renewable Energy
II.2.2) Additional CPV code(s)
09300000
09330000
31121300
65400000
71314000
71314200
71314300
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
Along with the development and renovation of public assets throughout the United Kingdom is a drive to introduce greener, cost-effective energy sources. Renewable energy experts and consultancy services will be called upon throughout the duration of this contract to supplement planning, master-planning and construction services.
Suppliers will also be able to contact and propose models for development to eligible contracting authorities.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 12
II.2.1) Title
CPO Project Management
II.2.2) Additional CPV code(s)
71541000
72224000
71242000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers the requirement for CPO Project Management services for eligible contracting authorities that are developing and renovating assets within their portfolio, Services will be called off on a need basis, which could include independent CPO project management consultancy at various stages of complex projects, or integrated management services for the total end-to-end delivery of development projects from finance to disposal.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Lot No: 13
II.2.1) Title
Geo-Environmental & Geo-Technical Services and Consultancy
II.2.2) Additional CPV code(s)
71310000
71311100
71313000
71350000
71332000
45111250
71510000
71351500
90715200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
This procurement is designed to cover the entire public portfolio in the United Kingdom. However, suppliers will be able to bid for works in their own specified regions.
II.2.4) Description of the procurement
This lot covers the UK wide requirement for Geo-Environmental & Geo Technical services, including site investigation, technical planning, and analysis, environmentally conscious construction planning and management, statistical modeling, engineering and assessment for solar and wind energy sites.
There is potentially a wide range of requirements regarding geotechnical and geoenvironmental services.
This is a framework agreement where jobs will be raised on an as needed basis by eligible contracting authorities. Therefore suppliers will be able to submit applications based on a range of specialisms and contract regions, supported by industry credentials and case studies.
Suppliers may be required to work on complex projects with multiple suppliers, in communication with the eligible authority and appointed agents or managers. Success.
II.2.5) Award criteria
Quality criterion: Technical Questions and Case Study details published in procurement documents.
/ Weighting: 80
Cost criterion: Pricing Schedule included with procurement documents.
/ Weighting: 20
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about 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:
2017/S 126-255806
Section V: Award of contract
Lot No: 1
Title: Accelerated Construction Delivery
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Pellings LLP
OC326178
24 Widmore Road
Bromley
BR1 1RY
UK
Telephone: +44 2084609114
E-mail: mknight@pellings.co.uk
NUTS: UKJ4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Campbell Reith Hill LLP
OC300082
Friars Bridge Court, 41-45 Blackfriars Road
London
SE1 8NZ
UK
Telephone: +44 1737784500
E-mail: tenders@campbellreith.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Third Revolution Projects Ltd.
10204013
20-22 Wenlock Road
London
N1 7GU
UK
Telephone: +44 7742352406
E-mail: robert@thirdrevolutionprojects.co.uk
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Turner and Townsend Project Management Limited
02165592
Low Hall, Calverley Lane
Horsforth
LS18 4GH
UK
Telephone: +44 2075443917
E-mail: paula.bayswater@turntown.co.uk
NUTS: UKE42
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Project Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 10
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Pellings LLP
OC326178
24 Wildmore Road
Bromley
BR1 1Ry
UK
Telephone: +44 2084609114
E-mail: mknight@pellings.co.uk
NUTS: UKJ4
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RPS Consulting Services Ltd.
01470149
20 Western Avenue, Milton Park
Abindgon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bermont Project Management Ltd.
6717515
HJS Accountants, 6 Charlotte Mews
Winchester
SO23 8SR
UK
Telephone: +44 7980725560
E-mail: marek@bermontpm.com
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
02165592
Low Hall, Calverley Lane
Horsforth
LS18 4GH
UK
Telephone: +44 2075443917
E-mail: paula.bayswater@turntown.co.uk
NUTS: UKE42
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Campbell Reith Hill LLP
OC300082
Friars Bridge Court, 41-45 Blackfriars Road
London
SE1 8NZ
UK
Telephone: +44 1737784500
E-mail: tenders@campbellreith.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Keegans Ltd.
04547050
Studio 3 Bluelion Place, 237 Long Lane
London
SE1 4PU
UK
Telephone: +44 2071990909
E-mail: Anna.Dewey@TheKeegansGroup.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 3
Title: Engineering
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
MEPS Consulting Limited
9674948
282a High Steet
Orpington
BR6 0ND
UK
Telephone: +44 2147483647
E-mail: matt.bradstock@mepsconsulting.co.uk
NUTS: UKJ4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
IN2 Design Engineering Limited
NI069190
Rochester Building, 28 Adelaide Street
Belfast
BT2 8GD
UK
Telephone: +44 2890221110
E-mail: sinead.gribben@in2engineering.com
NUTS: UKN06
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Campbell Reith Hill LLP
OC300082
Friars Bridge Court, 41-45 Blakfriars Road
London
SE1 8NZ
UK
Telephone: +44 1737784500
E-mail: tenders@campbellreith.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: 4
Title: Architecture
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Pellings LLP
OC326178
24 Widmore Road
Bromley
BR1 1RY
UK
Telephone: +44 2084609114
E-mail: mknight@pellings.co.uk
NUTS: UKJ4
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ECD Architects Limited
03028104
Studio 3 Blue Lion Place, 237 Long Lane
London
SE1 4PU
UK
Telephone: +44 2071990964
E-mail: katrina.thomas@ecda.co.uk
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
AHR Architects Ltd.
4347086
5-8 Hardwick Street
London
EC1R 4RG
UK
Telephone: +44 1618287900
E-mail: tenders@ahr-global.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bond Bryan Architectcs Limited
06296993
The Church Studio, Springvale Road
Sheffield
S10 1LP
UK
Telephone: +44 1142662040
E-mail: procurement@bondbryan.co.uk
NUTS: UKE3
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:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: 5
Title: Planning
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Limited
01470149
20 Western Avenue, Milton Park
Abingdon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bond Bryan Architects Limited
06296993
The Church Studio, Springvale Road
Sheffield
S10 1LP
UK
Telephone: +44 1142662040
E-mail: procurement@bondbryan.co.uk
NUTS: UKE3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Third Revolution Projects Limited
20-22 Wenlock Road
London
N1 7GU
UK
Telephone: +44 7742352406
E-mail: robert@thirdrevolutionprojects.co.uk
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: 6
Title: Masterplanning
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Amanda Reynolds Ubranism Limited
06404220
336 Hackney Road
London
E2 7AX
UK
Telephone: +44 2032908979
E-mail: riccardo@ar-urbanism.com
NUTS: UKI
Internet address(es)
URL: http://www.ar-urbanism.com/#parallax
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Pellings
OC326178
24 Widmore Road
Bromley
BR1 1RY
UK
Telephone: +44 2084609114
E-mail: mknight@pellings.co.uk
NUTS: UKJ4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Services Limited
01470149
20 Western Avenue, Milton Park
Abingdon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
IN2 Design Engineering Limited
NI069190
Rochester Building, 28 Adelaide Street
Belfast
BT2 8GD
UK
Telephone: +44 2890221110
E-mail: sinead.gribben@in2engineering.com
NUTS: UKN06
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bond Bryan Architects Ltd.
06296993
Church Studio, Springvale Road
Sheffield
S10 1LP
UK
Telephone: +44 1142662040
E-mail: procurement@bondbryan.co.uk
NUTS: UKE3
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:
Total value of the contract/lot:
: 500 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Contract No: 7
Title: Landscape Architecture
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Amanda Reynold Urbanism Limited
06404220
336 Hackney Road
London
E2 7AX
UK
Telephone: +44 2032908979
E-mail: riccardo@ar-urbanism.com
NUTS: UKI
Internet address(es)
URL: http://www.ar-urbanism.com
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Services Limited
01470149
20 Western Avenue, Milton Park
Abindgon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 500 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Contract No: 8
Title: Ecology and Biodiversity
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Services Limited
01470149
20 Western Avenue, Milton Park
Abingdon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
FPCR Environment & Design Limited
7128076
Lockington Hall
Lockington
DE74 2RH
UK
Telephone: +44 1509672772
E-mail: rebecca.harmsworth@fpcr.co.uk
NUTS: UKF11
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ecology by Design
09318075
6 Newbury Street
Wantage
OX12 8BS
UK
Telephone: +44 1865893346
E-mail: ben@ecologybydesign.co.uk
NUTS: UKJ14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Udall-Martin Associates
82 Hallam Road
Mapperley
NG3 6HR
UK
Telephone: +44 1684540695
E-mail: dwayne@umassociates.co.uk
NUTS: UKF14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ecology Consultancy Ltd.
3861110
21 Perrymount Road
Haywards Heath
RH16 3TP
UK
Telephone: +44 2073781914
E-mail: kat@ecologyconsultancy.co.uk
NUTS: UKJ2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Campbell Reith Hill LLP
OC300082
Friars Bridge Court, 41 - 45 Blackfriars Road
London
SE1 8NZ
UK
Telephone: +44 1737784500
E-mail: tenders@campbellreith.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 9
Contract No: 9
Title: Construction Design and Management (CDM) Coordination
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
3cRisk Limited
5565041
27 Rose Street
Wokingham
RG40 1XS
UK
Telephone: +44 2075102485
E-mail: rob.goemans@3crisk.com
NUTS: UKJ11
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Pellings LLP
OC326178
24 Widmore Road
Bromley
BR1 1RY
UK
Telephone: +44 2084609114
E-mail: mknight@pellings.co.uk
NUTS: UKJ4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Services Limited
01470149
20 Western Avenue, Milton Park
Abingdon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
AHR Architects Limited
4347086
5-8 Hardwick Street
London
EC1R 4RG
UK
Telephone: +44 1618287900
E-mail: tenders@ahr-global.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
02165592
Low Hall, Calverely Lane
Horsforth
LS18 4GH
UK
Telephone: +44 2075443917
E-mail: paula.bayswater@turntown.co.uk
NUTS: UKE42
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Safer Sphere CHS Limited
90000023
Victoria House, 15 Pocket Nook Street
St Helens
WA9 1LR
UK
Telephone: +44 1744768023
E-mail: lindsey.ford@safersphere.co.uk
NUTS: UKD7
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Keegans Limited
04547050
Studio 3 Bluelion Place, 237 Long Lane
London
SE1 4PU
UK
Telephone: +44 2071990909
E-mail: Anna.Dewey@TheKeegansGroup.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 10
Contract No: 10
Title: Property (Real Estate Services)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/01/2018
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
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:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 11
Contract No: 11
Title: Renewable Energy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
LDA Design Consulting Limited
09312403
17 Minster Precincts
Peterborough
PE1 1XX
UK
Telephone: +44 2147483647
E-mail: tenders@lda-design.co.uk
NUTS: UKH12
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MEPS Consulting Limited
9674948
282a High Street
Orpington
BR6 OND
UK
Telephone: +44 2147483647
E-mail: matt.bradstock@mepsconsulting.co.uk
NUTS: UKJ4
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
IN2 Design Engineering Limited
NI069190
Rochester Building, 28 Adelaide Street
Belfast
BT2 8GD
UK
Telephone: +44 2890221110
E-mail: sinead.gribben@in2engineering.com
NUTS: UKN06
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Third Revolution Projects Limited
10204013
20-22 Wenlock Road
London
N1 7GU
UK
Telephone: +44 7742352406
E-mail: robert@thirdrevolutionprojects.co.uk
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 12
Contract No: 12
Title: CPO Project Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
02165592
Low Hall, Calverley Lane
Horsforth
LS18 4GH
UK
Telephone: +44 2075443917
E-mail: paula.bayswater@turntown.co.uk
NUTS: UKE42
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 13
Contract No: 13
Title: Geo-Environmental & Geo-Technical Services and Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/01/2018
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
RPS Consulting Limited
01470149
20 Western Avenue, Milton Park
Abingdon
OX14 4SH
UK
Telephone: +44 1212135500
E-mail: bidteam@rpsgroup.com
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Campbell Reith Hill LLP
OC300082
Friars Bridge Court, 41-45 Blackfrirs Road
London
SE1 8NZ
UK
Telephone: +44 1737784500
E-mail: tenders@campbellreith.com
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
T & P Regeneration Ltd.
04464180
Unit 4 Brunel Lock Development, Smeaton Road
Bristol
BS1 6SE
UK
Telephone: +44 1179277756
E-mail: helen@tp-regen.co.uk
NUTS: UKK11
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:
Total value of the contract/lot:
: 1 000 000.00
EUR
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Mi Concepts Ltd.
The Picture House, 309 Holdenhurst Road
Bournemouth
BH8 8BX
UK
Telephone: +44 2088191488
E-mail: enquiries@miconcepts.co.uk
Internet address(es)
URL: http://www.miconcepts.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
All review procedure and criteria information are given as part of the tender documents and clearly outlined to suppliers throughout.
VI.5) Date of dispatch of this notice
10/01/2018