Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Guinness Partnership Ltd
Bower House, 1 Stable Street
Oldham
OL9 7LH
UK
Contact person: Procurement
Telephone: +44 3031231890
E-mail: Procurement@guinness.org.uk
NUTS: UKD
Internet address(es)
Main address: http://www.guinnesspartnership.com/
Address of the buyer profile: http://www.guinnesspartnership.com/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Architect Services Framework
Reference number: DN525480
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Guinness through its subsidiaries, Guinness Development Ltd and Guinness Homes Ltd (amongst other subsidiaries), commenced a build programme aiming to deliver 5,500 new homes by 2024. We are committed to building safe, high quality, well designed homes where people want to live. Using our financial strength, experience and scale, we are building new homes and communities across the country at a range of price points and tenures – from private sale to social rent.
Progress is being made and to support the delivery of the programme Guinness and its subsidiaries wish to establish a Framework for Architect services. This will support the delivery of a significant programme of new build schemes over the term of the framework. Guinness estimates this programme could mean up to 36 individual schemes commencing over the next four year period. The future programme is expected to focus on larger 25 to 500 unit schemes though it may include some smaller schemes as required. Guinness gives no guarantee on the volume of work allocated through the framework.
The framework is split into three regional lots and it is anticipated that up to three suppliers will be appointed to each lot. Approximately 50% of spend for new schemes is most likely to be in the London and South East, with 30% in the North and 20% in the South West Regions.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
1.00
GBP/ Highest offer:
6 666 666.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 North
II.2.2) Additional CPV code(s)
71210000
71221000
71222000
71240000
71250000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
II.2.4) Description of the procurement
This is a framework for Architect Services in the North of England to support Guinness with its development programme. It is anticipated that up to three suppliers will be appointed to the lot and approximately 30% of spend for new schemes is most likely to be in the North region.
II.2.5) Award criteria
Quality criterion: Framework Management - Team
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 3.5
Quality criterion: Resource - Qualifications & Experience of role levels 1-3
/ Weighting: 10.5
Quality criterion: Resource - Qualifications & Experience of role levels 4-5
/ Weighting: 3.5
Quality criterion: Capacity
/ Weighting: 14
Quality criterion: Case Study – New Build Scheme up to 100 units
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme 100 units plus
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme Innovative Design or MMC
/ Weighting: 14
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 0-4
/ Weighting: 12
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 5 - 7
/ Weighting: 12
Cost criterion: Consultant Day Rates for Architect
/ Weighting: 4.5
Cost criterion: Out of Hours working for Architect
/ Weighting: 1.5
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
Lot 2 South, London, South East
II.2.2) Additional CPV code(s)
71210000
71221000
71222000
71240000
71250000
II.2.3) Place of performance
NUTS code:
UKH
UKI
UKJ
II.2.4) Description of the procurement
This is a framework for Architect Services in the South of England, including London and the South East to support Guinness with its development programme. It is anticipated that up to three suppliers will be appointed to the lot and approximately 50% of spend for new
schemes is most likely to be in the South, London and South East region.
II.2.5) Award criteria
Quality criterion: Framework Management - Team
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 3.5
Quality criterion: Resource - Qualifications & Experience of role levels 1-3
/ Weighting: 10.5
Quality criterion: Resource - Qualifications & Experience of role levels 4-5
/ Weighting: 3.5
Quality criterion: Capacity
/ Weighting: 14
Quality criterion: Case Study – New Build Scheme up to 100 units
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme 100 units plus
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme Innovative Design or MMC
/ Weighting: 14
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 0-4
/ Weighting: 12
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 5 - 7
/ Weighting: 12
Cost criterion: Consultant Day Rates for Architect
/ Weighting: 4.5
Cost criterion: Consultant Hourly Rates for Out of Hours working for Architect
/ Weighting: 1.5
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
Lot 3 South West
II.2.2) Additional CPV code(s)
71210000
71221000
71222000
71240000
71250000
II.2.3) Place of performance
NUTS code:
UKK
II.2.4) Description of the procurement
This is a framework for Architect Services in the South West of England to support Guinness with its development programme. It is anticipated that up to three suppliers will be appointed to the lot and approximately 20% of spend for new schemes is most likely to be in the South West region.
II.2.5) Award criteria
Quality criterion: Framework Management - Team
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 3.5
Quality criterion: Resource - Qualifications & Experience of role levels 1-3
/ Weighting: 10.5
Quality criterion: Qualifications & Experience of role levels 4-5
/ Weighting: 3.5
Quality criterion: Capacity
/ Weighting: 14
Quality criterion: Case Study – New Build Scheme up to 100 units
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme 100 units plus
/ Weighting: 10.5
Quality criterion: Case Study – New Build Scheme Innovative Design or MMC
/ Weighting: 14
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 0-4
/ Weighting: 12
Cost criterion: Fee Percentage Rates against construction value for Architect – RIBA stages 5 - 7
/ Weighting: 12
Cost criterion: Consultant Day Rates for Architect
/ Weighting: 4.5
Cost criterion: Consultant Hourly Rates for Out of Hours working for Architect
/ Weighting: 1.5
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 000-002631
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1 North
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Bernard Taylor Partnership Limited
Stockport
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 2
Title: Lot 1 North
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Bowker Sadler Partnership Limited
Stockport
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 3
Title: Lot 1 North
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Dickerson Kirby Gilkes t/a DK-Architects
Liverpool
UK
NUTS: UKD
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 1
Title: Lot 2 South, London, South East
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Avanti Architects Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
3 333 333.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Lot 2 South, London, South East
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Maccreanor Lavington Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
3 333 333.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 3
Title: Lot 2 South, London, SOuth East
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Pitman Tozer Architects Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
3 333 333.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 1
Title: Lot 3 South West
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ayre Chamberlain Gaunt Limited
Basingstoke
UK
NUTS: UKJ
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
1 333 333.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 2
Title: Lot 3 South West
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Broadway Malyan Limited
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
1 333 333.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 3
Title: Lot 3 South West
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/10/2021
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
RG+P Limited
Leicester
UK
NUTS: UKF
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
1 333 333.00
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
London
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
19/10/2021