Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Council of the Borough of Kirklees
The Town Hall, Ramsden Street
Huddersfield
HD12TA
UK
Telephone: +44 1484221000
E-mail: procurement@kirklees.gov.uk
NUTS: UKE44
Internet address(es)
Main address: https://www.kirklees.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Professional Consultancy Services
Reference number: KMCCD-042
II.1.2) Main CPV code
71621000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council of the Borough of Kirklees ("the Council") intends to procure a Framework for the Provision of Professional Consultancy Services compromising of the following Lots:
Lot 1 - Architecture and Multi-Disciplinary
Lot 2 - Project Management
Lot 3 - Quantity Surveying
Lot 4 - Mechanical and Electrical Engineering
Lot 5 - Structural /Light Civil Engineering
Lot 6 - Lift Consultancy
Lot 7 - Building Surveying
Lot 8 - Clerk of Works
Lot 9 - Conservation & Heritage Advice (Architecture)
The Framework was procured in accordance with the Open procedure under the Public Contracts Regulations 2015.
The estimated value of the Framework is approximately (£9,260,000.00) over 4-years. Information and documentation relating to the framework agreement was published on YORtender - https://yortender.eu-supply.com.
The services performed on the framework will be in strict accordance with Kirklees Councils conditions including the project management handbook which will be published with the
tender. This details an adaptation of the RIBA stages in line with the following:
• Stage 1 - Project Initiation
• Stage 2 - Project Development & Approval
• Stage 3 - Design
• Stage 4 - Tendering
• Stage 5 - Construction
• Stage 6 - Project Completion & Review
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
9 900 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Architecture and Multi Disciplinary
II.2.2) Additional CPV code(s)
71210000
71220000
71240000
71250000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Architecture shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build-ability, construction safety, operation and maintenance .
The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Architects hold, as a minimum, RIBA accreditation.
The Scope of Services for Multi-Disciplinary shall comprise the provision of design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, build ability, construction safety, operation and maintenance. The disciplines covered shall be Architecture, Mechanical and Electrical Engineering, Structural/Light Civil Engineering and Landscape Architecture. The Lead Consultant under a multi-disciplinary commission will always be the Architect unless specifically requested otherwise by the Client.
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Project Management
II.2.2) Additional CPV code(s)
71541000
72224000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Project Management shall principally involve the Project Manager acting as virtual extension of the Council's own staff, which enables the Council to be in control of the project at all times, whilst ensuring that the management role within the project is fulfilled. This will comprise undertaking Project Management Services to manage and control projects in terms of all aspects of 'Time, Cost and Quality' from project inception to completion, to include (but not limited to):
- Development and Implementation of Governance, Communication and Reporting Plans;
- Programme Management;
- Cost/Budget Management;
- Implementing Change Control Processes;
- Risk Management;
- Management and Co-ordination of Project Team Members and Consultants, and the information produced;
- Advising the Client at all stages of their required Statutory and Health and Safety Obligations and Duties i.e. Client Responsibilities under the CDM Regulations and Building Safety Act and ensuring that these duties and obligations are fulfilled/carried out.
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Quantity Surveying
II.2.2) Additional CPV code(s)
71324000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Quantity Surveying shall cover all the key duties outlined in the Specification for Stages 1 to 6 for all Contracts.
The Consultant will be required to provide a level of resource to achieve the programme for a specific commission and the resource proposed shall be both competent and suitably qualified to provide the required level of service for the complexity of the specific commission. This Lot requires that Consultants hold, as a minimum, RICS Accreditation.
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Mechanical and Electrical Engineering
II.2.2) Additional CPV code(s)
71334000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Mechanical and Electrical Engineering shall comprise the following work elements:
- Mechanical:
- Acoustical design and Treatment in connection with the engineering services;
- Air Conditioning and Mechanical Ventilation Services;
- Boiler plants and Auxiliaries;
- Building Energy Management Systems;
- HVAC control Systems;
- Calorifier plants;
- Cold Water Services;
- Cooling-Water Services;
- Pipework and Fittings;
- Fire Protection Services;
- Fuel Gas Incoming Supply and Distribution;
- Heating Installations;
- Hot Water Services;
- Public Health and Plumbing Services;
- Refrigeration Installations;
- Thermal Insulation;
- Vibration control in connection with the engineering services;
- Water Treatment and Filtration;
- Kitchen (Commercial) Supply and Extract Installations;
- Renewable Technologies;
- Thermal Modelling Analysis; and
- Building Information Modelling (BIM)
- Provide cost estimates, evaluation of tenders and variation review
- Electrical:
- Incoming Electrical Supplies (New and Upgrading);
- EV Electrical Distribution Services;
- Electricity Lighting and Power Installations, including fittings;
- Standby and emergency lighting installations, including fittings;
- Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services;
- Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations;
- External amenity lighting and floodlighting;
- Electrical power and containment for Mechanical plant;
- Earthing and bonding systems;
- Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications);
- Energy metering and monitoring systems;
- Specification Lot 4 (Mechanical and Electrical Engineering)
Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing
accommodation or PA systems in Market Halls);
- Telephone equipment or distribution services;
Radio and television installations or Power and Containment for radio and television
- installations;
- Renewable Technologies; and
Ancillary Electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)
Building Information Modelling (BIM)
Provide cost estimates, evaluation of tenders and variation review
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Structural / Light Civil Engineering
II.2.2) Additional CPV code(s)
71311000
71312000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Structural & Light Civil Engineering shall comprise the following work elements:
Earthworks and excavation;
Foundations including forms of piling but not the design of the piling;
Earth and water retaining structures including reinforced earth;
Ground and surface treatment;
Local and main, public health and land drainage; inspection chambers, sewers, interceptors, tanks, treatment works and ground dewatering;
Paving and surfacing; roads, car parks and footpaths;
Structures in in-situ or precast concrete employing unreinforced, reinforced or pre-stressed techniques;
Structures in masonry, brickwork or blockwork, unreinforced or reinforced;
Structures in Demolition of structures;
Metalwork, ferrous or non-ferrous;
Building information modelling (BIM); and
Provide cost estimates, evaluation of tenders and variation review
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Lift Consultancy
II.2.2) Additional CPV code(s)
50750000
71315210
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The key task is the provision of lift consultancy services on selected schemes and programmes of work.
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Building Surveying
II.2.2) Additional CPV code(s)
71315300
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Services for Building Surveying shall comprise the following work elements, irrespective of whether the Consultant is providing the work elements under a Single Discipline commission (in which case the Consultant will also act as Lead Consultant in accordance with the requirement of this Specification) or under a Multi-Disciplinary commission (in which case the Consultant will be appointed as part of a wider design team and will report to a Lead Consultant):
Providing cost information for use in the council's asset management portfolio;
Investigations and feasibility studies including cost estimates;
DDA and fire risk assessments surveys;
To advise and act on behalf of us as Landlord or Tenants Surveyor Carrying out dilapidation's survey work to include review of lease and other supporting documentation, preparation and service of schedules, on our behalf as Landlord or Tenants Surveyor and achieve financial settlements in line with the Law of Property Act 1925 and Landlord and Tenant Act 1985;
Redesign and refurbishment of all non-housing buildings in line with the councils statutory bodies e.g. Building Control and planning authorities;
Management and coordination of single and multi-disciplinary works including take lead role
as designer, principal designer, lead consultant, technical advisor, clerk of works and project manager;
Liaison with and submission of LBC applications;
Preparation of health and safety plans, risk assessments and associated CDM roles as required;
Building fabric construction for pitched and flat roofs;
Preparation of tender documentation including full technical specifications;
Provide technical building knowledge and advice to senior managers, council members, planning and building control officers;
Provision of CAD drawings for use with tender documentation;
Onsite supervision of our partner organisations and private contractors;
Use of existing framework agreements or traditional tender process to procure certain types of building fabric work;
Financial control of the Council's budgets and funding streams;
Preparation of design access statements;
Preparation of documentation for use in both building regulation and listed building applications;
Term contract management programming including gutter cleaning, elections and winter maintenance;
Carry out reactive and planned maintenance works including responding to emergencies during period of severe weather or as requested from our individual Clients;
Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Clerk of Works
II.2.2) Additional CPV code(s)
71530000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
Clerk of Works services shall be provided to support the breadth and depth of construction and engineering works delivered by the Council. This can include full scope of services on medium to large new capital projects and major building refurbishments to single
discipline support for small revenue projects and inspection of building repairs.
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Conservation & Heritage Advice (Architecture)
II.2.2) Additional CPV code(s)
45212350
71200000
71530000
II.2.3) Place of performance
NUTS code:
UKE44
II.2.4) Description of the procurement
The Scope of Specialist Services for Conservation and Heritage Advice shall comprise but not be limited to the following work elements:
Production of Conservation Audits and Conservation management Plans as required;
Management and Co-ordination of Conservation Specialists on a given project or projects;
Design advice for the alteration, refurbishment and/or extension of Listed Buildings or Heritage Assets;
Carry out surveys and Listed Building /Heritage Asset Assessments;
Providing appropriate Sustainability advice for listed buildings or heritage assets;
Providing a leading role on effective dialogue with Local Planning Authority on matters related to the alteration, refurbishment and/or extension of listed buildings and/or heritage assets to ensure successful obtainment of planning consent and/or listed building and/or conservation area consent;
Carry out or arrange Access audits and accessibility design advice for listed buildings or heritage assets where necessary;
Liaise with other internal and external consultants from time to time in a collaborative
manner in order to develop scheme and detailed designs;
Provide estimates for the restoration and conservation costs of specific project
commissions;
Advising the project lead and or Council as owners of specific politically sensitive buildings
at risk or redundant buildings;
Advising on best practice and policy measures and controls both locally and nationally;
Providing expert knowledge and awareness of regeneration projects where these may affect specific heritage assets commissions;
Sourcing grants and other funding for conservation work to assist on specific project commissions;
Liaise and negotiate with Historic England and other appropriate bodies as and when required on specific commissions to achieve the best outcome for a specific project commission as requested;
Assist the Project Lead on provide best practice advice to conserving listed buildings and heritage assets where required by Local Authority Conservation and Planning Officers;
Understand, advise and challenge if necessary, on the designation of heritage assets where this conflicts project client brief requirements;
Contribute to and assist in consultations with and presentations at public enquiries if required;
Contribute to and assist with the planning, management and supervision of long-term heritage assets if required;
Contribute to and advise Project Lead Consultant with discharging the requirements of enforcement notices, Listed Building Conditions or any other specific Heritage Asset related Planning conditions and / or other related issues;
Contribute to and advise the project lead consultant as appropriate on the current Building Safety Act and Construction Design and Management regulations;
Contribute to and advise Project Lead Consultant on issues of Climate Change in line with the Council's policies, Building Regulations and current best practice;
Contribute to and advise Project Lead Consultant on issues of Fire Strategy, Prevention,
Detection and Suppression in cooperation with the Council's Fire Safety Teams, Building Regulations and current best practice;
Contribute to and advise Project Lead Consultant on issues of Inclusion and Diversity in line with the Council's policies, Building Regulations current best practice
II.2.5) Award criteria
Quality criterion: Quality Award Criteria
/ Weighting: 60
Price
/ Weighting:
40
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-005621
Section V: Award of contract
Lot No: Lot 1 - Architecture and Multi-Disciplinary
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
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
AHR Architects Ltd
04347086
5th Floor, 55 Princess Street
Manchester
M2 4EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Frank Shaw Associates
02609011
Penmore House, Hasland, Chesterfield
Derbyshire
S41 0SJ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Gotch Saunders and Surridge LLP
OC336029
35 Headlands
Kettering
NN29 7BD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
NPS Property Consultants Ltd
02888194
280 Fifers Lane
Norwich
NR6 6EQ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 6 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 2 - Project Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
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
Gardiner & Theobald LLP
OC307124
10 South Crescent
London
WC1E 7BD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
AHR Architects Ltd
04347086
5th Floor, 55 Princess Street
Manchester
M2 4EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
RPP Limited
07159352
First Floor Riverside West, Whitehall Road
Leeds
LS1 4AW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Hive Projects Limited
12354636
2nd Floor Bond (Bruntwood), 38-42 Mosley Street
Manchester
M2 3AZ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 3 - Quantity Surveying
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
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
WT Partnership Limited
OC 308323
Ossington Chambers, 6-8 Castle Gate, Newark on Trent
Nottinghamshire
NG24 1AX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Currie & Brown UK Limited
1300409
150 Holborn
London
EC1N 2NS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
2165592
Low Hall, Calverley Lane Horsforth,
Leeds
LS18 4GH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RPP Limited
07159352
First Floor Riverside West, Whitehall Road
Leeds
LS1 4AW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 4 - Mechanical and Electrical Engineering
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Clancy Consulting Limited
3693529
4th Floor, Windmill Green, 24 Mount Street
Manchester
M2 3NX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
JCP Consulting Engineers Ltd
08017776
1-2 Brenkley Way, Seaton Burn,
Newcastle upon Tyne
NE13 6DS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Horizon Building Services Consultants Ltd
11421533
Innovation Centre, Innovation Way, Heslington,
York
YO10 5DG
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ECS Consultants Limited
04556533
148 Stockport Road, Cheadle,
Stockport
SK8 2DP
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 300 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 5 - Structural /Light Civil Engineering
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Wilde Consultants Ltd
02603960
Brindley Lodge, Adcroft Street, Stockport,
Cheshire
SK1 3HS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Sutcliffe Projects Ltd
4287238
18-20 Harrington Street,
Liverpool
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Clancy Consulting Limited
3693529
4th Floor, Windmill Green, 24 Mount Street,
Manchester
M2 3NX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Mason Clark Associates
2537113
Church House, 44 Newland Park
Hull
HU5 2DW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 6 - Lift Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Cundall Johnston and Partners LLP
OC 300 389
4th Floor Partnership House, Regent Farm Road, Gosforth,
Newcastle upon Tyne
NE3 3AF
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
VT Consult
23 Cambrian Bar,
Bradford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
LCG Lift Consultancy Ltd
6537606
16a Revenge Road
Chatham
ME5 8UD
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 160 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 7 - Building Surveying
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
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
AHR Architects Ltd
04347086
5th Floor, 55 Princess Street
Manchester
M2 4EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Wainwrights
06886444
7 Calder Close, Calder Park
Wakefield
WF4 3BA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
2165592
Low Hall, Calverley Lane Horsforth
Leeds
LS18 4GH
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bowman Riley Architects Limited
04902632
Wellington House, Otley Street
Skipton
BD23 1EL
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 800 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 8 - Clerk of Works
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
V.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Amrin Resources Ltd
8920400
16 Knightwake Road. New Mills.
High Peak
SK22 3DQ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Wm. Saunders Partnership LLP
OC 308323
Ossington Chambers, 6-8 Castle Gate, Newark on Trent
Nottinghamshire
NG24 1AX
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Castle Owen Construction & Property Consultants Limited
04345297
Unit 1 Hussar Court, Hillsborough Barracks
Sheffield
S6 2GZ
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Currie & Brown UK Limited
1300409
150 Holborn,
London
EC1N 2NS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Lot 9 - Conservation & Heritage Advice (Architecture)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/09/2025
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
AHR Architects Ltd
04347086
5th Floor, 55 Princess Street
Manchester
M2 4EW
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Mosedale Gillatt Architects Ltd
04363215
East Lodge, Jesmond Road,
Newcastle upon Tyne
NE2 1NL
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Alastair Coey Architects
NI602358
96 Sydenham Avenue,
Belfast
BT4 2DT
UK
NUTS: UKN
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bowman Riley Architects Limited
04902632
Wellington House, Otley Street,
Skipton
BD23 1EL
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
11/09/2025