Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Stevenage Borough Council
Daneshill House, Danestreet,
Stevenage
SG1 1HN
UK
Contact person: Corporate Procurement
Telephone: +44 1438242775
E-mail: procurement@stevenage.gov.uk
NUTS: UKH23
Internet address(es)
Main address: www.stevenage.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SBC 0822 Framework agreement for the provision of Regeneration consultancy.
Reference number: CCD01031
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Stevenage Borough Council are currently out to tender for the provision of a framework agreement for Regeneration Consultancy. The Council are leading a £1 billion regeneration programme. With over £600 million of private sector investment, £37.5 million in towns funding and a further £71 million of public funding already secured as examples of additional funding in place. The regeneration programme is well underway, with initial projects already completed and multiple other schemes programmed over the forthcoming years. It is anticipated there will be other associated works associated with these, such as enabling works and similar projects, whilst not explicitly outlined. This is a mutiti lot framework intended to run for four years, some individual call of contracts are likely to extend beyond the end of the framework. Any questions relating to this tender must be made via correspondence on the website, in accordance with the procurement documents.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
10 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Project Monitoring and or Management
II.2.2) Additional CPV code(s)
71500000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Quantity Surveying / Cost Management
II.2.2) Additional CPV code(s)
71500000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Quantity Surveying / Cost Management
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 3
II.2.1) Title
M and E services / Structural Engineering/ Landscape Services
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 4
II.2.1) Title
Construction Design & Management (CDM) / Health and Safety role
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 5
II.2.1) Title
General Property Services and Dilapidations
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 6
II.2.1) Title
NEC Supervisor/ Project Clerk Of Works
II.2.2) Additional CPV code(s)
71520000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 7
II.2.1) Title
Employers Agent Services
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 8
II.2.1) Title
Contract Administration
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 9
II.2.1) Title
Principal designer
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 10
II.2.1) Title
Asbestos Management/Compliance
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 11
II.2.1) Title
General Advice/ Non defined
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Organisations should be aware that due to the nature of the Services provided, Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.
II.2.5) Award criteria
Quality criterion: As per ITT
/ Weighting: As per ITT
Price
/ Weighting:
As per ITT
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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:
2022/S 000-025279
Section V: Award of contract
Lot No: 1
Title: Project Monitoring and or Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 19
Number of tenders received from SMEs: 11
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: 19
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Arcadis (UK) Ltd
1093549
80 Fenchurch St
London
EC3M 4BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Concertus Design and Property Consultants Ltd
8366439
2 Friars Bridge Road
Ipswich
IP1 1RR
UK
NUTS: UKH14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
SW1E 5BY
UK
NUTS: UKI
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:
: 1 600 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Quantity Surveying / Cost Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 17
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: 17
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Concertus Design and Property Consultants Ltd
8366439
2 Friars Bridge Road
Ipswich
IP1 1RR
UK
NUTS: UKH14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Gleeds Cost Management Ltd
6472932
Apex Business Park, Ruddington Lane, Wilford
Nottingham
NG11 7DD
UK
NUTS: UKF14
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:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: M and E Services / Structural Engineering / Landscape Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 8
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: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Building Design Partnership Ltd
2207415
16 Brewhouse Yard, Clerkenwell
London
EC1V 4LJ
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
PRP Architects LLP
OC361169
10 Lindsey Street
London
EC1A 9HP
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ridge and Partners LLP
OC309402
The Cowyards, Blenheim Park, Oxford Road
Woodstock
OX20 1QR
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Rock Townsend Architects LLP
OC414870
The Old School, Exton Street
London
SE1 8UE
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
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Construction Design & Management (CDM) / Health and Safety role
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 10
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: 10
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Gleeds Cost Management Ltd
6472932
Apex Business Park, Ruddington Lane, Wilford
Nottingham
UK
NUTS: UKF14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ridge and Partners LLP
OC309402
The Cowyards, Blenheim Park, Oxford Road
Woodstock
OX20 1QR
UK
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
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: General Property Services and Dilapidations
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
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:
Yes
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Carter Jonas LLP
OC304417
One Chapel Place
London
W1G 0BG
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
SW1E 5BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
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:
: 1 100 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: NEC Supervisor/Project Clerk of Works
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
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: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
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:
: 600 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Employers Agent Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 14
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: 14
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Arcadis (UK) Ltd
1093549
80 Fenchurch St
London
EC3M 4BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
SW1E 5BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
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:
: 850 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Title: Contract Administration
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 14
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: 14
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Arcadis (UK) Ltd
1093549
80 Fenchurch St
London
EC3M 4BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Concertus Design and Property Consultants Ltd
8366439
2 Friars Bridge Road
Ipswich
IP1 1RR
UK
NUTS: UKH14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
SW1E 5BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
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:
: 850 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 9
Title: Principal Designer
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 8
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: 8
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Calfordseaden LLP
OC315838
Fourth Floor, 50 St Andrews Street
Cambridge
CB2 3AH
UK
NUTS: UKH12
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Currie & Brown UK Ltd
1300409
40 Holborn Viaduct
London
EC1N 2PB
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithorn Farrell Timms Llp
OC300053
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
NUTS: UKI61
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Playle & Partners LLP
OC317809
Crest House, 138 Main Road
Sidcup
DA14 6NY
UK
NUTS: UKJ4
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:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 10
Title: Asbestos Management/Compliance
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 5
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: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
ARG Surveys Ltd
4916410
Unit 2 New Ford Road
Waltham Cross
EN8 7PG
UK
NUTS: UKH23
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Life Environmental Services Ltd
3053057
4 Ducketts Wharf, South Street
Bishops Stortford
CM23 3AR
UK
NUTS: UKH23
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lucion Services Ltd
6495874
Unit 7 Halifax Court, Dunston
Gateshead
NE11 9JT
UK
NUTS: UKC2
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Scope IT Ltd
8606724
Unit 14 The Quad, Atherleigh Business Park, Gibfield Park Avenue
Manchester
M46 0SY
UK
NUTS: UKD33
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Thames Laboratories
2647438
Hollow Farm, Hilton Road
Fenstanton
PE28 9LJ
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:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 11
Title: General Advice/ Non defined
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/07/2023
V.2.2) Information about tenders
Number of tenders received: 13
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: 13
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Arcadis (UK) Ltd
1093549
80 Fenchurch St
London
EC3M 4BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Carter Jonas LLP
OC304417
One Chapel Place
London
W1G 0BG
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithful+Gould Ltd
2236832
Nova North, 11 Bressenden Place, Westminster
London
SW1E 5BY
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Faithorn Farrell Timms Llp
OC300053
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
NUTS: UKI61
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Ig9 Limited
5392826
11 Riverside Building, Trinity Buoy Wharf - 64 Orchard Place
London
E14 0FP
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Scope IT Ltd
8606724
Unit 14 The Quad, Atherleigh Business Park, Gibfield, Park Avenue
Atherton
M46 0SY
UK
NUTS: UKD33
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:
: 700 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
30/08/2023