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

Framework Agreement for CDMA and Principal Designer Services

  • First published: 17 August 2020
  • Last modified: 17 August 2020
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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:
The Guinness Partnership Ltd
Authority ID:
AA78342
Publication date:
17 August 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A maximum of 3 participants for this lot providing services as per II.1.4). and for service delivery in Cheshire, Cumbria, Derbyshire, East Yorkshire, Greater Manchester, Lancashire, Lincolnshire, Merseyside, North Yorkshire, Nottinghamshire, South Yorkshire, West Midlands, West Yorkshire, Leicestershire. Service delivery may be required in, but not currently, County Durham, Northumberland, Tyne and Wear.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Guinness Partnership Ltd

30 Brock Street, Regents Place

London

NW1 3FG

UK

Contact person: Mr Adrian Moody

E-mail: adrian.moody@guinness.org.uk

NUTS: UKC

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

Framework Agreement for CDMA and Principal Designer Services

Reference number: DN451714

II.1.2) Main CPV code

71317210

 

II.1.3) Type of contract

Services

II.1.4) Short description

Guinness is procuring the establishment of a framework for a combined Construction Design Management Adviser (CDMA), and Principal Designer (PD), consultant service. This is to support:

Primarily: the delivery of a significant programme of new build schemes over the term of the framework;

Secondly: the asset management of existing property portfolio.

It is envisaged that principal designer services will most typically be required for asset management activity. The framework is expected to operate for a period of 4 years. Consultants may bid for one, some, or all regional lots.

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: 1 510 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

North

II.2.2) Additional CPV code(s)

71210000

71317210

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

II.2.4) Description of the procurement

A maximum of 3 participants for this lot providing services as per II.1.4). and for service delivery in Cheshire, Cumbria, Derbyshire, East Yorkshire, Greater Manchester, Lancashire, Lincolnshire, Merseyside, North Yorkshire, Nottinghamshire, South Yorkshire, West Midlands, West Yorkshire, Leicestershire. Service delivery may be required in, but not currently, County Durham, Northumberland, Tyne and Wear.

II.2.5) Award criteria

Quality criterion: Framework management — team / Weighting: 5

Quality criterion: Framework management – added value / Weighting: 2.5

Quality criterion: Resource — qualifications and experience / Weighting: 20

Quality criterion: Capacity / Weighting: 10

Quality criterion: Case study – new build scheme / Weighting: 20

Quality criterion: Case study — asset maintenance scheme, in customer occupied site / Weighting: 20

Quality criterion: Case study – principal designer role – asset maintenance scheme / Weighting: 10

Quality criterion: Social value / Weighting: 2.5

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

South, London, South East

II.2.2) Additional CPV code(s)

71210000

71317210

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKH

UKI

UKJ

II.2.4) Description of the procurement

A maximum of 3 participants for this lot providing services as per II.1.4). and for service delivery in Bedfordshire,Buckinghamshire, Cambridgeshire, Essex, Hertfordshire, Kent, London (North, West and East), London (South), Northants, Surrey, Sussex, Warwickshire, West Sussex, Worcestershire, Shropshire, Staffordshire. Service delivery may be required in, but not currently, Norfolk, Suffolk.

II.2.5) Award criteria

Quality criterion: Quality / 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

South West

II.2.2) Additional CPV code(s)

71210000

71317210

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

A maximum of 3 participants for this lot providing services as per II.1.4). and for service delivery in Avon, Cornwall, Devon, Dorset, Gloucestershire, Hampshire, Herefordshire, Oxfordshire, Somerset, Wiltshire, Berkshire.

II.2.5) Award criteria

Quality criterion: Quality / 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

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:

2019/S 240-589080

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKC

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Warburtons Associates Design and Management Ltd

Manchester

UK

NUTS: UKC

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Rider Levett Bucknall UK Ltd

Bristol

UK

NUTS: UKC

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKF

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: Lowest offer: 1.00  GBP / Highest offer: 755 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Rider Levett Bucknall UK Ltd

Bristol

UK

NUTS: UKF

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: Lowest offer: 1.00  GBP / Highest offer: 755 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kendall Kingscott Ltd

Bristol

UK

NUTS: UKF

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: Lowest offer: 1.00  GBP / Highest offer: 755 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arcus Consulting LLP

Sale

UK

NUTS: UKK

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Rider Levett Bucknall UK Limited

Bristol

UK

NUTS: UKK

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

10/07/2020

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kendall Kingscott Ltd

Bristol

UK

NUTS: UKK

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: Lowest offer: 1.00  GBP / Highest offer: 377 500.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The Guinness Partnership Ltd

London

UK

VI.5) Date of dispatch of this notice

12/08/2020

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71317210 Health and safety consultancy services Hazard protection and control consultancy 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:
adrian.moody@guinness.org.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.