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

SBC 0822 Framework agreement for the provision of Regeneration consultancy.

  • First published: 31 August 2023
  • Last modified: 31 August 2023

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:
ocds-h6vhtk-03670c
Published by:
Stevenage Borough Council
Authority ID:
AA22366
Publication date:
31 August 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

High Court

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

30/08/2023

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services

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:
procurement@stevenage.gov.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.