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

Multi-Disciplinary Consultancy Services (MDC1) - CPC and London & SE

  • First published: 08 January 2022
  • Last modified: 08 January 2022

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

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

Contents

Summary

OCID:
Published by:
LHC
Authority ID:
AA76010
Publication date:
08 January 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Architectural services offered to the Client should include services covering all the RIBA work stages as defined in the RIBA Plan of Work 2020. Architects may also be required to offer those services as defined in the section covering Project Management and Principal Designer’s services.

Architects may also be asked to provide services in the one or all of the following specialist areas:

• Master planning

• Schools

• Social care

• Housing

• Commercial Buildings

• Industrial Buildings

• Conservation and Heritage

This service shall be completed by an experienced Architect who is a chartered member of the RIBA or equivalent. It is a minimum requirement that an Architect is registered with the ARB (Architects Registration Board) as defined under The Architects Act 1997.

Landscape design services may be completed by members of the Landscape Institute or Landscape Architects with the following or equal qualifications:

• Landscape Architecture – BA (Hons)

• Landscape Architecture – MA

• Landscape Architecture and Design – BA (Hons)

• Master of Landscape Architecture (MLA)

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

LHC

2 Vine Street

Uxbridge

UB8 1QE

UK

Contact person: Shona Snow

E-mail: shona.snow@lhc.gov.uk

NUTS: UKI

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: http://www.lhc.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Multi-Disciplinary Consultancy Services (MDC1) - CPC and London & SE

Reference number: DN499219

II.1.2) Main CPV code

71310000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework appoints consultants to provide coverage for our clients in the North of England, the Midlands, the East of England, and London and South East.

Disciplines include:

Architect (excluding London)

Building Services Engineer

Building Surveyor

Clerk of Works

Quantity Surveyor

Employers Agent

Planning Consultants

Principal Designer

Project Manager

Structural Engineer

Civil Engineer

Multi-disciplinary services

We encouraged applications from a broad supply base, including emerging as well as established businesses, diverse in ethnicity, gender, socio-economic backgrounds and experience and welcomed a range of business models (such as partnerships and consortiums).

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 500 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Architect Services - South East Region (not London)

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

South East region

II.2.4) Description of the procurement

Architectural services offered to the Client should include services covering all the RIBA work stages as defined in the RIBA Plan of Work 2020. Architects may also be required to offer those services as defined in the section covering Project Management and Principal Designer’s services.

Architects may also be asked to provide services in the one or all of the following specialist areas:

• Master planning

• Schools

• Social care

• Housing

• Commercial Buildings

• Industrial Buildings

• Conservation and Heritage

This service shall be completed by an experienced Architect who is a chartered member of the RIBA or equivalent. It is a minimum requirement that an Architect is registered with the ARB (Architects Registration Board) as defined under The Architects Act 1997.

Landscape design services may be completed by members of the Landscape Institute or Landscape Architects with the following or equal qualifications:

• Landscape Architecture – BA (Hons)

• Landscape Architecture – MA

• Landscape Architecture and Design – BA (Hons)

• Master of Landscape Architecture (MLA)

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Building Services Engineer - LSE Region

II.2.2) Additional CPV code(s)

71321000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & the South East

II.2.4) Description of the procurement

The Mechanical & Electrical Building Services Engineer shall provide technical expert advice, plan, design and manage the Client’s project to agreed completion. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Client’s behalf. Services shall be offered to cover the full range of electrical and mechanical design services required by a Client on a construction service. The list below indicates some of the services that may be required but is not exhaustive.

• Water, drainage and plumbing

• Heating systems

• Ventilation systems

• Gas supply and distribution

• Electrical supply and distribution

• Lifts consultancy service

• Air conditioning and refrigeration

• Fire detection and protection

• Security and Alarms

• Communications and technology networks

• Day light and artificial lighting

This service shall be completed by an experienced Building Services Engineer who is a chartered member of the CIBSE or equivalent.

• Building Services Engineers may offer the optional service to the Client to manage Building Services (including installation) to the Client through direct labour or sub-contracting the work.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Building Surveyors - LSE Region

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & the South East

II.2.4) Description of the procurement

The Building Surveyor shall agree with the Client a procedure for dealing with the Client's

building projects, providing sound technical, financial, legal, environmental and

sustainability advice on such building/properties. To include co-ordinating the appointment

of contractors, drawing up of contract documentation, administration of contracts on a day

to day basis, co-ordinating assessments for Clients and contractor support to ensure site

quality checks are maintained to the call-off contract requirements, overseeing quality

control and accepting handover of the completed building project on the Client's behalf.

This service would include but not be limited to:

• Technical reports

• Building Surveys

• Monitoring deterioration/defects and providing advice

• Property management

• Managing all forms of building projects not requiring an architect.

• Organise tender documentation

• Contract administration

• Party Wall matters

• Right of light matters

This service shall be provided by competent and experienced person(s) who can provide

evidence of the following:

• RICS/CIOB accredited Degree or Diploma in Quantity Surveying and Chartered

Membership of RICS/CIOB with domestic and commercial building experience

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Clerk of Works services - LSE Region

II.2.2) Additional CPV code(s)

71310000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East Region

II.2.4) Description of the procurement

The provision of a Clerk of Works to make regular visits to sites (visit time and regularity

agreed at individual call-off contract) to make sure that work is carried out properly to the

Client's standards, specification and schedule and that health and safety rules are being

followed. To report back promptly as agreed with the Client.

The role shall include but not be limited to the following tasks:

• Studying building plans and drawings to use as a reference when inspecting the work

• Regularly inspecting and measuring the work to ensure it meets the project plans, drawings

and specifications

• Measuring and sampling the building materials to make sure they meet specification and

quality standards

• Ensuring compliance with legal requirements, building regulations and health and safety

• Identifying defects and advising on how to correct them

• Liaising with the project team, including construction manager, architect, engineer,

surveyor and consultants

• Recording results and writing reports for the Client

• Possibly supervising the workforce during a project

• Monitoring and reporting progress on projects in construction to managers, architects and

Clients

• Health and safety

• Inspecting property, planning and monitoring maintenance in construction.

This service shall be provided by competent, experienced Clerk of Works who can provide

evidence of membership equal and equivalent to and have the relevant CSCS card to gain

access to construction sites of the:

Member of the Institute of Clerks of Works and Construction Inspectorate (ICWCI)

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Quantity Surveying - LSE Region

II.2.2) Additional CPV code(s)

71322000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East Region

II.2.4) Description of the procurement

The provision of Quantity Surveyor is to provide expert knowledge on the Client's full project

management of cost and contracts. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to

day basis, co-ordinating assessments for Clients and contractor support to ensure site

quality checks are maintained to the call-off contract requirements, overseeing quality

control and accepting handover of the completed building project on the Clients behalf.

These services are part of the preparation stage, tender valuation, with the inclusion in

England and Wales of the criteria being extended to life cycle costs (as referenced in Article

68, Clause 1a and 1b of the Public Contract Regulations 2015) and ensuring that the agreed

additional variations are managed and are an integral part of the process. These are outlined

as follows:

• Quantity Surveying

• Value Engineering

Requirements include but not limited to:

▪ Pre-contract involvement - review contract conditions

▪ Feasibility reports for sites

▪ Site investigations

▪ Party Wall agreements

▪ Liaise and work closely with the Clients, Project/Contracts Managers and Site Supervisors

▪ Assisting in claims and dispute resolution

▪ Monitor & update monthly cost / sales / cash flow forecast

▪ Timely and accurate applications for payment compliant with the contract

▪ Ensure proper and timely notification of funding events

▪ Preparing accurate and prudent cost /value analysis

▪ Approving interim and final account measurements

▪ Approving pricing and rating variations

▪ Management, interim and final account agreement

▪ Assessment of capital costs, life cycle costs, maintenance costs, energy costs and general building performance and durability

This service shall be provided by competent and experienced person(s) who can provide

evidence of the following:

RICS accredited Degree or Diploma in Quantity Surveying and Chartered Membership of

RICS with domestic and commercial building experience.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Employers Agent - LSE Region

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

LSE

II.2.4) Description of the procurement

These services will include co-ordinating the appointment of contractors, drawing up of

contract documentation, administration of contracts on a day to day basis, co-ordinating

assessments for Clients and contractor support to ensure site quality checks are maintained

to the call-off contract requirements, overseeing quality control and accepting handover of

the completed building project on the Client's behalf. The Employers Agent shall agree with

the Client a procedure for dealing with resident requests and a procedure for handing over

finished installations.

evidence of the following or equal and equivalent:

• Quantity surveying, building surveying or project management degree accredited by RICS

or APM

• RICS or APM qualified

• Chartered Project Management Surveyor

• CoRE Retrofit Diploma

• Member of the Royal Institution of Chartered Surveyors or equivalent, MCIOB qualification

or equivalent with at least the following experience:

• JCT, NEC, CIOB and other leading contract forms

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Planning Consultant - LSE Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East region

II.2.4) Description of the procurement

The provision of Planning Consultant is to provide a full planning service for the Client,

including formulating a planning strategy from project conception through to planning

consent. It includes full support to help the Client achieve planning policy compliance as far

as possible. Compiling all required documentation and completing of planning submissions

to the Local Planning Authority.

This service shall be provided by competent, experienced Planning Consultant who can

provide evidence of the following or equal and equivalent:

• Membership of the Royal Town Planning Institute

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Principal Designer - LSE Region

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East region

II.2.4) Description of the procurement

The Company will undertake the duties of the CDM Regulations 2015 as Principal Designer in

line with Regulations 11 & 12 for notifiable and non-notifiable work, including as a Clients

Advisor for all non-notifiable CDM projects where the Client may be appointed as Principal

Designer.

The Principal Designer is responsible for coordinating the work of others in the project team

to ensure that significant and foreseeable risks are managed through the design process,

and must comply with their duties under the Construction (Design and Management) (CDM)

Regulations 2015.

This service shall be provided by a competent, experienced Principal Designer who can

provide evidence of the following:

• A thorough understanding of Health and Safety legislation and how it is applied to on site

construction activities

• Ability to manage health and safety risk with programme costs whiles ensuring legal

compliance

• Undertake site inspections to determine health and safety compliance

• Strong technical awareness of CDM Regulations 2015 and compliance with the skills,

knowledge and experience and capability outlined in CDM Regulations 2015, HSE Guidance

document L153 and guidance

• NEBOSH Construction Certificate or similar qualifications

• Membership of IOSH at Tech or Graduate IOSH status

• Have safety in design training provided by a recognised organisation such as RIBA or The

Association for Project Safety

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Project Management - LSE Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East region

II.2.4) Description of the procurement

The Project Manager is responsible for the management of the project process, acting as the

interface between the Client, the other design team members, and the building contractor to

ensure the delivery of the project on time, to budget and the required quality standards.

This service shall be provided by competent and experienced person(s) who can provide

evidence of one of the following:

• Prince 2 Practitioner

• CPMS

• Or equivalent Diploma or degree in project management with construction experience

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Structural Engineer Services - LSE Region

II.2.2) Additional CPV code(s)

71312000

II.2.3) Place of performance

NUTS code:

UKI

UKJ

II.2.4) Description of the procurement

The Structural Engineer shall provide technical expert advice in the planning and design of

building works/projects. The service shall manage the Client's project to agreed completion.

To include co-ordinating the appointment of contractors, drawing up of contract

documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off

contract requirements, overseeing quality control and accepting handover of the completed

building project on the Clients behalf.

In respect of each project the Client may require structural engineering services which would

include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Structural Design

• Site inspections of works

• Site supervision of works

This service shall be provided by competent, experienced structural engineer who can

provide evidence that (equal or equivalent to) the design staff in the organisation are Clients

of the following organisation:

• Membership of the Institution of Structural Engineers

There shall be at least one member of staff who has achieved chartered membership.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Civil Engineer - LSE Region

II.2.2) Additional CPV code(s)

71310000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East region

II.2.4) Description of the procurement

The Civil Engineer shall provide technical expert advice in the planning and design of

works/projects. The service shall manage the Client's project to agreed completion. To

include co-ordinating the appointment of contractors, drawing up of contract

documentation, administration of contracts on a day to day basis, co-ordinating assessments

for Clients and contractor support to ensure site quality checks are maintained to the call-off

contract requirements, overseeing quality control and accepting handover of the completed

project works on the Clients behalf.

In respect of each project the Client may require Civil Engineering Services which would

include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Civil Engineering Design

• Site inspections of works

• Site supervision of works

There may also be a requirement for highways and infrastructure design.

This service shall be provided by competent, experienced civil engineer who can provide

evidence that (equal or equivalent to) the design staff in the organisation are Clients of the

following organisation:

• Membership of the Institute of Civil Engineers

There shall be at least one member of staff who is has achieved chartered membership.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Multi-disciplinary Consultancy Services - LSE Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

London & South East region

II.2.4) Description of the procurement

A combined consultancy service provider must be able to provide all of the services listed

against Lots 1 to 11. These services may be in house or subcontracted out. However, it is the

Primary consultant's responsibility to ensure that all other consultants and sub-contractors

are in compliance with the requirements of the framework. The more services that are sub-

contracted out as opposed to delivered in house by the provider, the greater reassurance

LHC and the Client will require as to the legal and insurance arrangements and supplier

performance management and standards maintained (see section 2.5 d).

The Multi-disciplinary Consultancy service can offer additional consultancy services that may

be required by the Client. A list of possible additional services is listed below.

• Tree Surveys - membership of the Chartered Institute of Ecology and Environment

• Archaeological Service - membership of the institution of Archaeologist

• Bat surveys - membership of the Chartered Institute of Ecology and Environment

• Geotechnical surveys/investigations - member of the Institute of Civil Engineers

• Planning and development Membership of RIBA

• Public roadways - highway member of the institute of Highways Engineer

• Drainage design - Charter Institute of Building Service engineers,

• Acoustic consultancy - Association of noise consultancy - Member of Institute of Acoustics

• Fire engineering - Member of Institute for fire Engineering

• Eco logical surveys - membership of the Chartered Institute of Ecology and Environment

• Landscape gardening - The Association of Professional Landscapers (APL)

• BIM Coordinator/Manager - membership of RICS or CIOB and AGC Certificate of BIM

The appointed Companies shall have professional membership of, one or more of the

following bodies applicable to the services being provided:

• Association for Project Management (APM)

• Chartered Association of Building Engineers (CABE)[2]

• Chartered Institution of Civil Engineering Surveyors (ICES)

• Chartered Institute for Archaeologists (CIFA)

• Chartered Institution of Water and Environmental Management (CIWEM)

• Chartered Institute of Building (CIOB)

• Chartered Institute of Ecology and Environmental Management (CIEEM)[3]

• Chartered Institution of Building Services Engineers (CIBSE)

• Institute of Acoustics

• Institution of Fire Engineers (IFE)

• Institution of Occupational Safety and Health (IOSH)

• Institution of Structural Engineers (IStructE)

• Landscape Institute (LI)

• Royal Institute of British Architects (RIBA)

• Royal Institution of Chartered Surveyors (RICS)

• Or equivalent and equal professional status

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

Architect Services - CPC Region

II.2.2) Additional CPV code(s)

71220000

71400000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

Architectural services offered to the Client should include services covering all the RIBA work stages as defined in the RIBA Plan of Work 2020. Architects may also be required to offer those services as defined in the section covering Project Management and Principal Designer’s services.

Architects may also be asked to provide services in the one or all of the following specialist areas:

• Master planning

• Schools

• Social care

• Housing

• Commercial Buildings

• Industrial Buildings

• Conservation and Heritage

This service shall be completed by an experienced Architect who is a chartered member of the RIBA or equivalent. It is a minimum requirement that an Architect is registered with the ARB (Architects Registration Board) as defined under The Architects Act 1997.

Landscape design services may be completed by members of the Landscape Institute or Landscape Architects with the following or equal qualifications:

• Landscape Architecture – BA (Hons)

• Landscape Architecture – MA

• Landscape Architecture and Design – BA (Hons)

• Master of Landscape Architecture (MLA)

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

Building Services Engineer - CPC Region

II.2.2) Additional CPV code(s)

71321000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Mechanical & Electrical Building Services Engineer shall provide technical expert advice,

plan, design and manage the Client's project to agreed completion. To include co-ordinating

the appointment of contractors, drawing up of contract documentation, administration of

contracts on a day to day basis, co-ordinating assessments for Clients and contractor

support to ensure site quality checks are maintained to the call-off contract requirements,

overseeing quality control and accepting handover of the completed building project on the

Client's behalf. Services shall be offered to cover the full range of electrical and mechanical

design services required by a Client on a construction service. The list below indicates some

of the services that may be required but is not exhaustive.

• Water, drainage and plumbing

• Heating systems

• Ventilation systems

• Gas supply and distribution

• Electrical supply and distribution

• Lifts consultancy service

• Air conditioning and refrigeration

• Fire detection and protection

• Security and Alarms

• Communications and technology networks

• Day light and artificial lighting

This service shall be completed by an experienced Building Services Engineer who is a

chartered member of the CIBSE or equivalent.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

Building Surveyors - CPC Region

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Building Surveyor shall agree with the Client a procedure for dealing with the Client's

building projects, providing sound technical, financial, legal, environmental and

sustainability advice on such building/properties. To include co-ordinating the appointment

of contractors, drawing up of contract documentation, administration of contracts on a day

to day basis, co-ordinating assessments for Clients and contractor support to ensure site

quality checks are maintained to the call-off contract requirements, overseeing quality

control and accepting handover of the completed building project on the Client's behalf.

This service would include but not be limited to:

• Technical reports

• Building Surveys

• Monitoring deterioration/defects and providing advice

• Property management

• Managing all forms of building projects not requiring an architect.

• Organise tender documentation

• Contract administration

• Party Wall matters

• Right of light matters

This service shall be provided by competent and experienced person(s) who can provide

evidence of the following:

• RICS/CIOB accredited Degree or Diploma in Quantity Surveying and Chartered

Membership of RICS/CIOB with domestic and commercial building experience

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

Clerk of Works services - CPC Region

II.2.2) Additional CPV code(s)

71310000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The provision of a Clerk of Works to make regular visits to sites (visit time and regularity

agreed at individual call-off contract) to make sure that work is carried out properly to the

Client's standards, specification and schedule and that health and safety rules are being

followed. To report back promptly as agreed with the Client.

The role shall include but not be limited to the following tasks:

• Studying building plans and drawings to use as a reference when inspecting the work

• Regularly inspecting and measuring the work to ensure it meets the project plans, drawings

and specifications

• Measuring and sampling the building materials to make sure they meet specification and

quality standards

• Ensuring compliance with legal requirements, building regulations and health and safety

• Identifying defects and advising on how to correct them

• Liaising with the project team, including construction manager, architect, engineer,

surveyor and consultants

• Recording results and writing reports for the Client

• Possibly supervising the workforce during a project

• Monitoring and reporting progress on projects in construction to managers, architects and

Clients

• Health and safety

• Inspecting property, planning and monitoring maintenance in construction.

This service shall be provided by competent, experienced Clerk of Works who can provide

evidence of membership equal and equivalent to and have the relevant CSCS card to gain

access to construction sites of the:

Member of the Institute of Clerks of Works and Construction Inspectorate (ICWCI)

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 17

II.2.1) Title

Quantity Surveying - CPC Region

II.2.2) Additional CPV code(s)

71322000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The provision of Quantity Surveyor is to provide expert knowledge on the Client's full project

management of cost and contracts. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to

day basis, co-ordinating assessments for Clients and contractor support to ensure site

quality checks are maintained to the call-off contract requirements, overseeing quality

control and accepting handover of the completed building project on the Clients behalf.

These services are part of the preparation stage, tender valuation, with the inclusion in

England and Wales of the criteria being extended to life cycle costs (as referenced in Article

68, Clause 1a and 1b of the Public Contract Regulations 2015) and ensuring that the agreed

additional variations are managed and are an integral part of the process. These are outlined

as follows:

• Quantity Surveying

• Value Engineering

Requirements include but not limited to:

▪ Pre-contract involvement - review contract conditions

▪ Feasibility reports for sites

▪ Site investigations

▪ Party Wall agreements

▪ Liaise and work closely with the Clients, Project/Contracts Managers and Site Supervisors

▪ Assisting in claims and dispute resolution

▪ Monitor & update monthly cost / sales / cash flow forecast

▪ Timely and accurate applications for payment compliant with the contract

▪ Ensure proper and timely notification of funding events

▪ Preparing accurate and prudent cost /value analysis

▪ Approving interim and final account measurements

▪ Approving pricing and rating variations

▪ Management, interim and final account agreement

▪ Assessment of capital costs, life cycle costs, maintenance costs, energy costs and general building performance and durability

This service shall be provided by competent and experienced person(s) who can provide

evidence of the following:

RICS accredited Degree or Diploma in Quantity Surveying and Chartered Membership of

RICS with domestic and commercial building experience.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 18

II.2.1) Title

Employers Agent - CPC Region

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

These services will include co-ordinating the appointment of contractors, drawing up of

contract documentation, administration of contracts on a day to day basis, co-ordinating

assessments for Clients and contractor support to ensure site quality checks are maintained

to the call-off contract requirements, overseeing quality control and accepting handover of

the completed building project on the Client's behalf. The Employers Agent shall agree with

the Client a procedure for dealing with resident requests and a procedure for handing over

finished installations.

evidence of the following or equal and equivalent:

• Quantity surveying, building surveying or project management degree accredited by RICS

or APM

• RICS or APM qualified

• Chartered Project Management Surveyor

• CoRE Retrofit Diploma

• Member of the Royal Institution of Chartered Surveyors or equivalent, MCIOB qualification

or equivalent with at least the following experience:

• JCT, NEC, CIOB and other leading contract forms

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 19

II.2.1) Title

Planning Consultant - CPC Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The provision of Planning Consultant is to provide a full planning service for the Client,

including formulating a planning strategy from project conception through to planning

consent. It includes full support to help the Client achieve planning policy compliance as far

as possible. Compiling all required documentation and completing of planning submissions

to the Local Planning Authority.

This service shall be provided by competent, experienced Planning Consultant who can

provide evidence of the following or equal and equivalent:

• Membership of the Royal Town Planning Institute

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 20

II.2.1) Title

Principal Designer - CPC Region

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Company will undertake the duties of the CDM Regulations 2015 as Principal Designer in

line with Regulations 11 & 12 for notifiable and non-notifiable work, including as a Clients

Advisor for all non-notifiable CDM projects where the Client may be appointed as Principal

Designer.

The Principal Designer is responsible for coordinating the work of others in the project team

to ensure that significant and foreseeable risks are managed through the design process,

and must comply with their duties under the Construction (Design and Management) (CDM)

Regulations 2015.

This service shall be provided by a competent, experienced Principal Designer who can

provide evidence of the following:

• A thorough understanding of Health and Safety legislation and how it is applied to on site

construction activities

• Ability to manage health and safety risk with programme costs whiles ensuring legal

compliance

• Undertake site inspections to determine health and safety compliance

• Strong technical awareness of CDM Regulations 2015 and compliance with the skills,

knowledge and experience and capability outlined in CDM Regulations 2015, HSE Guidance

document L153 and guidance

• NEBOSH Construction Certificate or similar qualifications

• Membership of IOSH at Tech or Graduate IOSH status

• Have safety in design training provided by a recognised organisation such as RIBA or The

Association for Project Safety

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 21

II.2.1) Title

Project Management - CPC Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Project Manager is responsible for the management of the project process, acting as the

interface between the Client, the other design team members, and the building contractor to

ensure the delivery of the project on time, to budget and the required quality standards.

This service shall be provided by competent and experienced person(s) who can provide

evidence of one of the following:

• Prince 2 Practitioner

• CPMS

• Or equivalent Diploma or degree in project management with construction experience

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 22

II.2.1) Title

Structural Engineer Services - CPC Region

II.2.2) Additional CPV code(s)

71312000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Structural Engineer shall provide technical expert advice in the planning and design of

building works/projects. The service shall manage the Client's project to agreed completion.

To include co-ordinating the appointment of contractors, drawing up of contract

documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off

contract requirements, overseeing quality control and accepting handover of the completed

building project on the Clients behalf.

In respect of each project the Client may require structural engineering services which would

include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Structural Design

• Site inspections of works

• Site supervision of works

This service shall be provided by competent, experienced structural engineer who can

provide evidence that (equal or equivalent to) the design staff in the organisation are Clients

of the following organisation:

• Membership of the Institution of Structural Engineers

There shall be at least one member of staff who has achieved chartered membership.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 23

II.2.1) Title

Civil Engineer - CPC Region

II.2.2) Additional CPV code(s)

71310000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH


Main site or place of performance:

CPC region - North, Midlands, East of England

II.2.4) Description of the procurement

The Civil Engineer shall provide technical expert advice in the planning and design of

works/projects. The service shall manage the Client's project to agreed completion. To

include co-ordinating the appointment of contractors, drawing up of contract

documentation, administration of contracts on a day to day basis, co-ordinating assessments

for Clients and contractor support to ensure site quality checks are maintained to the call-off

contract requirements, overseeing quality control and accepting handover of the completed

project works on the Clients behalf.

In respect of each project the Client may require Civil Engineering Services which would

include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Civil Engineering Design

• Site inspections of works

• Site supervision of works

There may also be a requirement for highways and infrastructure design.

This service shall be provided by competent, experienced civil engineer who can provide

evidence that (equal or equivalent to) the design staff in the organisation are Clients of the

following organisation:

• Membership of the Institute of Civil Engineers

There shall be at least one member of staff who is has achieved chartered membership.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 24

II.2.1) Title

Multi-disciplinary Consultancy Services - CPC Region

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

II.2.4) Description of the procurement

A combined consultancy service provider must be able to provide all of the services listed

against Lots 1 to 11. These services may be in house or subcontracted out. However, it is the

Primary consultant's responsibility to ensure that all other consultants and sub-contractors

are in compliance with the requirements of the framework. The more services that are sub-

contracted out as opposed to delivered in house by the provider, the greater reassurance

LHC and the Client will require as to the legal and insurance arrangements and supplier

performance management and standards maintained (see section 2.5 d).

The Multi-disciplinary Consultancy service can offer additional consultancy services that may

be required by the Client. A list of possible additional services is listed below.

• Tree Surveys - membership of the Chartered Institute of Ecology and Environment

• Archaeological Service - membership of the institution of Archaeologist

• Bat surveys - membership of the Chartered Institute of Ecology and Environment

• Geotechnical surveys/investigations - member of the Institute of Civil Engineers

• Planning and development Membership of RIBA

• Public roadways - highway member of the institute of Highways Engineer

• Drainage design - Charter Institute of Building Service engineers,

• Acoustic consultancy - Association of noise consultancy - Member of Institute of Acoustics

• Fire engineering - Member of Institute for fire Engineering

• Eco logical surveys - membership of the Chartered Institute of Ecology and Environment

• Landscape gardening - The Association of Professional Landscapers (APL)

• BIM Coordinator/Manager - membership of RICS or CIOB and AGC Certificate of BIM

The appointed Companies shall have professional membership of, one or more of the

following bodies applicable to the services being provided:

• Association for Project Management (APM)

• Chartered Association of Building Engineers (CABE)[2]

• Chartered Institution of Civil Engineering Surveyors (ICES)

• Chartered Institute for Archaeologists (CIFA)

• Chartered Institution of Water and Environmental Management (CIWEM)

• Chartered Institute of Building (CIOB)

• Chartered Institute of Ecology and Environmental Management (CIEEM)[3]

• Chartered Institution of Building Services Engineers (CIBSE)

• Institute of Acoustics

• Institution of Fire Engineers (IFE)

• Institution of Occupational Safety and Health (IOSH)

• Institution of Structural Engineers (IStructE)

• Landscape Institute (LI)

• Royal Institute of British Architects (RIBA)

• Royal Institution of Chartered Surveyors (RICS)

• Or equivalent and equal professional status

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70%

Price / Weighting:  30%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-003775

IV.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Lot No: 1

Title: Architects Services - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 81

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Architecture00 Ltd

St Ives

UK

NUTS: UKH12

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Austin-SmithLord LLP

Liverpool

UK

NUTS: UKE4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Autor Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

BPTW

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

KAEBCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Daykin Marshall Studio

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DSDHA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Hayhurst & Co

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Jestico + Whiles + Associates Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Karakusevic Carson

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Levitt Bernstein Associates

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

LSI Architects (Design) Limited

London

UK

NUTS: UKH15

The contractor is an SME: No

V.2.3) Name and address of the contractor

RCKa

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rock Townsend

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Waugh Thistleton Architects

London

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Building Services Engineer - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BDP

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Buro Happold

Bristol

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Butler & Young Associates

Oxted

UK

NUTS: UKJ2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Couch Perry Wilkes

Solihull

UK

NUTS: UKG

The contractor is an SME: No

V.2.3) Name and address of the contractor

Desco (Design & Consultancy) Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PinnacleESP

Croydon

UK

NUTS: UKI6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stantec UK Ltd

High Wycombe

UK

NUTS: UKJ

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Building Surveyors

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 24

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Blakeney Leigh Ltd

Sidcup

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Daniel Connal LLP

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gleeds Management Services Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Hunters

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Potter Raper Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Silver DCC

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Thomas & Thomas

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Watts Group Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Welling Partnership Property and Construction Consultants

Southampton

UK

NUTS: UKJ3

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Clerk of Works Services - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 21

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Airey Miller Ltd

Kent

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Betteridge & Milsom

Canterbury

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

BPP Construction Consultants

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Hickton Consultants

Barnsley

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

John Rowan and Partners LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Potter Raper Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

RG+P

Leicester

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rund Partnership Ltd

Eastleigh

UK

NUTS: UKJ3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Silver DCC

London

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Quantity Surveying - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 39

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Academy Consulting Solutions Limited

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Costplan Services (South East) Ltd

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Daniel Connal LLP

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DMR Surveyors Ltd

Birmingham

UK

NUTS: UKG31

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Faithful+Gould

Epsom

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fusion Project Management Ltd

Orpington

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

John Rowan and Partners LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

JPN Projects Ltd

Peterborough

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Keegans Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marstan BDB LLP

Sawston

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Playle & Partners LLP

Sidcup

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Potter Raper Ltd

London

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Quaye Services Ltd

Dartford

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stace LLP

Epping

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Summers Inman Construction and Property Consultants

Newcastle-upon-Tyne

UK

NUTS: UKC2

The contractor is an SME: No

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Employers Agent - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 48

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Academy Consulting Solutions Limited

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

BPP Construction Consultants

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Costplan Services (South East) Ltd

Ashford

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Faithorn Farrell Timms

Orpington

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

JPN Projects Ltd

Peterborough

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Keegans Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marcel Hendricks & Partners Ltd

Farnham

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marstan BDB LLP

Sawston

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Playle & Partners LLP

Sidcup

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Potter Raper Ltd

Beckenham

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Rund Partnership Ltd

Eastleigh

UK

NUTS: UKJ3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Silver DCC

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Watts Group Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Welling Partnership Property and Construction Consultants

Southampton

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Planning Consultants - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BPTW

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

HKS Architects Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montagu Evans LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Quod

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Stantec UK Ltd

High Wycombe

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turley Limited

Manchester

UK

NUTS: UKD3

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Principal Designer - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Airey Miller Ltd

Kent

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Faithorn Farrell Timms

Orpington

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gladstone Consulting Ltd TA Safety Advisors

Burton-upon-Trent

UK

NUTS: UKG

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

John Rowan and Partners LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Martin Arnold Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pierce Hill Project Services Ltd

Tonbridge

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Playle & Partners LLP

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rise Management Consulting

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Silver DCC

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Watts Group Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Project Manager - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 33

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Academy Consulting Solutions Limited

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AHR Building Consultancy

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Faithful+Gould

Epsom

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

Fusion Project Management Ltd

Orpington

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gleeds Management Services Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HKS Architects Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Initiate Consulting Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

John Rowan and Partners LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Keegans Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marcel Hendricks & Partners Ltd

Farnham

UK

NUTS: UKJ

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

One Consulting Group

Cheshunt

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pulse Associates Ltd

Derby

UK

NUTS: UKF1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stace LLP

Epping

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Starris Projects Ltd

Chandlers Ford

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TOCA

London

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: Structural Engineer - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 24

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BDP

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Beta Design Consultants

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Buro Happold

Bristol

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

ByrneLooby Partners limited

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Campbell Reith Hill LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD

The contractor is an SME: No

V.2.3) Name and address of the contractor

Curtins Consulting Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Egniol Consulting Limited

Bangor

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBL Associates

Manchester

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MPN UK LIMITED

Great Chesterford

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Structa LLP

Hemel Hempstead

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tisserin Engineers

London

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 11

Title: Civil Engineer - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Beta Design Consultants

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ByrneLooby Partners limited

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Campbell Reith Hill LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Curtins Consulting Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Egniol Consulting Limited

Bangor

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IK Consulting Engineers Ltd

Hemel Hempstead

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Perega

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Price & Myers LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Structa LLP

Hemel Hempstead

UK

NUTS: UKH2

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 12

Title: Multi-discipline - LSE

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 18

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADP Architecture Limited

Birmingham

UK

NUTS: UKG3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Partnership (Consultants LLP)

Kent

UK

NUTS: UKJ4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Capital Property & Construction Consultants Ltd

Enfield

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ECD Architects

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fraser Brown MacKenna Architects

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kier Business Services Ltd

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

McBains Cooper

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pick Everard

Leicester

UK

NUTS: UKF2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ridge and Partners LLP

Woodstock

UK

NUTS: UKJ1

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Fulker Consultancy Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Turner & Townsend Project Management Limited

Leeds

UK

NUTS: UKE4

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 13

Title: Architecture Services - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 63

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Allies Morrison

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Architecture00 Ltd

St Ives

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Austin-SmithLord LLP

Liverpool

UK

NUTS: UKD7

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Avanti Architects Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

BPTW

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

KAEBCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Daykin Marshall Studio

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DSDHA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Haworth Tompkins Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Jestico + Whiles + Associates Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Levitt Bernstein Associates

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Metropolitan Workshop

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Moll Architects

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rock Townsend

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Wren Architecture & Design Ltd

Redhill

UK

NUTS: UKJ2

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 14

Title: Building Services Engineer - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BDP

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Buro Happold

Bristol

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Butler & Young Associates

Oxted

UK

NUTS: UKJ2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Couch Perry Wilkes

Solihull

UK

NUTS: UKG3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Desco (Design & Consultancy) Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Method Consulting LLP

Swindon

UK

NUTS: UKK1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PinnacleESP

Croydon

UK

NUTS: UKI6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stantec UK Ltd

High Wycombe

UK

NUTS: UKJ

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 15

Title: Building Surveyor - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Building Consultancy

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Daniel Connal LLP

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elvet Construction Consultants

Stanley

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

PinnacleESP

Croydon

UK

NUTS: UKI6

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rapleys LLP

Alconbury Weald

UK

NUTS: UKH

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stace LLP

Epping

UK

NUTS: UKH3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Storm Tempest

Hebburn

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Watts Group Limited

London

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 16

Title: Clerk of Works - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Elvet Construction Consultants

Stanley

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Hickton Consultants

Barnsley

UK

NUTS: UKE3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RG+P

Leicester

UK

NUTS: UKF2

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 17

Title: Quantity Surveyor - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 23

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Daniel Connal LLP

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

DMR Surveyors Ltd

Birmingham

UK

NUTS: UKG3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Elvet Construction Consultants

Stanley

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Faithful+Gould

Epsom

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

JPN Projects Ltd

Peterborough

UK

NUTS: UKH2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marstan BDB LLP

Sawston

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MESH Construction Consultancy

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pulse Associates Ltd

Derby

UK

NUTS: UKF1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RG+P

Leicester

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stace LLP

Epping

UK

NUTS: UKH3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Summers Inman Construction and Property Consultants

Newcastle-upon-Tyne

UK

NUTS: UKC2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ward Williams Associates

Truro

UK

NUTS: UKK3

The contractor is an SME: No

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 18

Title: Employers Agent - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 25

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bailey Garner LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Currie & Brown UK Limited

Peterborough

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Marstan BDB LLP

Sawston

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MESH Construction Consultancy

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Michael Dyson Associates Limited

Holmfirth

UK

NUTS: UKE3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pulse Associates Ltd

Derby

UK

NUTS: UKF1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

RG+P

Leicester

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Summers Inman Construction and Property Consultants

Newcastle-upon-Tyne

UK

NUTS: UKC2

The contractor is an SME: No

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Watts Group Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 19

Title: Planning Consultant - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Caulmert Ltd

Bangor

UK

NUTS: UKL1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HKS Architects Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montagu Evans LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Quod

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Stantec UK Ltd

High Wycombe

UK

NUTS: UKJ

The contractor is an SME: No

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Turley Limited

Manchester

UK

NUTS: UKD3

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 20

Title: Principal Designer - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Building Consultancy

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gladstone Consulting Ltd T/A Safety Advisors

Burton-upon-Trent

UK

NUTS: UKF

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Glancy Nicholls Architects Ltd

Birmingham

UK

NUTS: UKG3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pierce Hill Project Services Ltd

Tonbridge

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Storm Tempest

Hebburn

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Summers Inman Construction and Property Consultants

Newcastle-upon-Tyne

UK

NUTS: UKC2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Watts Group Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

WT Partnership

Croydon

UK

NUTS: UKI6

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 21

Title: Project Manager - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AHR Building Consultancy

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Daniel Connal LLP

Essex

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Faithful+Gould

Epsom

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Gotch Saunders & Surridge t/a GSSArchitecture

Kettering

UK

NUTS: UKF2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HKS Architects Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pulse Associates Ltd

Derby

UK

NUTS: UKF1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Stace LLP

Epping

UK

NUTS: UKH3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Starris Projects Ltd

Chandlers Ford

UK

NUTS: UKJ3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

TOCA

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ward Williams Associates

Truro

UK

NUTS: UKK3

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 22

Title: Structural Engineer - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BDP

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Buro Happold

Bristol

UK

NUTS: UKK1

The contractor is an SME: No

V.2.3) Name and address of the contractor

ByrneLooby Partners limited

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Curtins Consulting Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Egniol Consulting Limited

Bangor

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

HBL Associates

Manchester

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

MPN UK LIMITED

London

UK

NUTS: UKH1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Perega

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Structa LLP

Hemel Hempstead

UK

NUTS: UKH2

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 23

Title: Civil Engineer - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 11

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ByrneLooby Partners limited

Guildord

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Clancy Consulting Ltd

Altrincham

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Curtins Consulting Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Egniol Consulting Limited

Bangor

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Malachy Walsh & Partners

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Perega

Guildford

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Price & Myers LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Richard Jackson Ltd

Colchester

UK

NUTS: UKH3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Structa LLP

Hemel Hempstead

UK

NUTS: UKH2

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 24

Title: Multi-discipline - CPC

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/12/2021

V.2.2) Information about tenders

Number of tenders received: 13

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADP Architecture Limited

Birmingham

UK

NUTS: UKG3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Aura Newcastle Ltd

Newcastle Upon Tyne

UK

NUTS: UKC2

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

calfordseaden LLP

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

ECD Architects

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Fraser Brown MacKenna Architects

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Kier Business Services Ltd

Manchester

UK

NUTS: UKD3

The contractor is an SME: No

V.2.3) Name and address of the contractor

McBains Cooper

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pick Everard

Leicester

UK

NUTS: UKF2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Ridge and Partners LLP

Woodstock

UK

NUTS: UKJ1

The contractor is an SME: No

V.2.3) Name and address of the contractor

Turner & Townsend Project Management Limited

Leeds

UK

NUTS: UKE4

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: : 22 727 272.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service, Cabinet Office

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

UK

VI.5) Date of dispatch of this notice

07/01/2022

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71315300 Building surveying services Building services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71400000 Urban planning and landscape architectural 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:
shona.snow@lhc.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.