Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Accelerated Construction Delivery Panel

  • First published: 12 January 2018
  • Last modified: 12 January 2018
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Mi Concepts Ltd
Authority ID:
AA60129
Publication date:
12 January 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71240000 Architectural, engineering and planning services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71311100 Civil engineering support services Civil engineering consultancy services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71300000 Engineering services Architectural, construction, engineering and inspection services
71350000 Engineering-related scientific and technical services Engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90711000 Environmental impact assessment other than for construction Environmental management
90711300 Environmental indicators analysis other than for construction Environmental impact assessment other than for construction
90712500 Environmental institution building or planning Environmental planning
90710000 Environmental management Environmental services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
90712000 Environmental planning Environmental management
90720000 Environmental protection Environmental services
90722000 Environmental rehabilitation Environmental protection
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90711200 Environmental standards other than for construction Environmental impact assessment other than for construction
71332000 Geotechnical engineering services Miscellaneous engineering services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
45111250 Ground investigation work Demolition, site preparation and clearance work
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71420000 Landscape architectural services Urban planning and landscape architectural services
90715200 Other pollution investigation services Pollution investigation services
65400000 Other sources of energy supplies and distribution Public utilities
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
70300000 Real estate agency services on a fee or contract basis Real estate services
70000000 Real estate services Construction and Real Estate
70100000 Real estate services with own property Real estate services
70200000 Renting or leasing services of own property Real estate services
71510000 Site-investigation services Construction-related services
09330000 Solar energy Electricity, heating, solar and nuclear energy
71356400 Technical planning services Technical services
90712100 Urban environmental development planning Environmental planning
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services
31121300 Wind-energy generators Generating sets

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gareth@miconcepts.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.