Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
London and Quadrant Housing Trust
29-35 West Ham Lane, England, E15 4PH
London
UK
E-mail: tenders@lqgroup.org.uk
NUTS: UKI
Internet address(es)
Main address: www.lqgroup.org.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
London and Quadrant Housing Trust – Transport Consultants Framework 2020 – 2024
Reference number: Head Office 00000151
II.1.2) Main CPV code
71311200
II.1.3) Type of contract
Services
II.1.4) Short description
London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250 000 people in more than 95 000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of Transport Consultancy Services for London and Quadrant’s Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a framework agreement with the tenderers and London and Quadrant Housing Trust. The dates and contract value are estimates and could be subject to change. This is tender is for service providers only.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71311200
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
II.2.4) Description of the procurement
This is a two stage tender and both stages adhere to the time-scales as prescribed within the Public Contracts Regulations 2015 for Restricted OJEU Tenders.
Stage 1: Selection stage click on the ‘Express Interest’ Button at the bottom click on the ‘Selection Stage’ Tab at the top;
— scroll to the bottom of the screen and you will be able to view the tender documents and access the standard selection questionnaire;
— for the selection stage you will only need to submit the standard selection questionnaire;
— we will score your questionnaire and will advise you as to whether you are successful or not;
— pricing documents will only be available to those who have passed the selection stage.
Stage 2: ITT Stage
— click on the ‘ITT’ Tab,
— scroll to the bottom and you will be able to access the tender documents,
— tenderers will be briefed as to what they will need to submit for this tender Please allow sufficient time to submit your return by the specified dates as late returns will not be permitted. Under the framework agreement L&Q and all companies within the L&Q Group (including, without limitation, quadrant construction services) will have the option to call-off contracts with individual framework contractors as and when required. In addition, other social housing providers in the uk (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the framework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities and ALMOs. Such social housing providers will only be entitled to call off under the framework agreement if L&Q consents. For information regarding this tender please contact the framework team via the tender portal. This tender is managed by the framework buying department. Please do not contact any other department within the London and Quadrant Group. Please do not contact Group Procurement for information as this tender has been created by the framework buying department.
II.2.5) Award criteria
Price
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:
Yes
II.2.14) Additional information
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:
2020/S 011-021679
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/03/2020
V.2.2) Information about tenders
Number of tenders received: 27
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: 27
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Curtins Ltd
51-55 Tothebarn Street L2 2SB
Liverpool
UK
NUTS: UKD72
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
WSP UK Ltd
WSP House, 70 Chancery Lane, WC2A 1AF
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sweco UK Ltd
Grove House, Mansion Gate Drive, LS7 4DN
Leeds
UK
NUTS: UKE42
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Pell Frischmann Consultants Ltd
5 Manchester Square, W1U 3PD
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Steer Davies & Gleave Ltd
28-32 Upper Ground, SE19PD
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Markides Associates Ltd
Station House, North Street, Havant, PO9 1QU
Hampshire
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ardent Consulting Engineers Ltd
3rd Floor, The Hallmark Building, 52 - 56 Leadenhall Street, EC3M 5JE
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Systra Ltd
3rd Floor, 5 Old Bailey, England, EC4M 7BA
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Velocity Transport Planning Ltd
77 Chapel Street, Billericay, Essex, CM12 9LR
Essex
UK
NUTS: UKH3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Jubb Consulting Engineers Ltd
Unit 1 Ensign House, Parkway Court, Longbridge Road, PL6 8LR
Plymouth
UK
NUTS: UKK41
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:
: 189 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice
31/03/2020