Skip to main content.

Procurement Hub: Consultants DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Consultants DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Restricted
Short Description: Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of a range of Consultancy Services which will be offered for use to the entire public sector in United Kingdom.
Published: 05/07/2019 13:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Ltd
             4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
             Email: chris.harrison@placesforpeople.co.uk
             Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Architectural%2C-construction%2C-engineering-and-inspection-services./2VAT9793AZ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Consultants DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of a range of Consultancy Services which will be offered for use to the entire public sector in United Kingdom.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      70000000 - Real estate services.
      79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      66170000 - Financial consultancy, financial transaction processing and clearing-house services.
      71311000 - Civil engineering consultancy services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71314300 - Energy-efficiency consultancy services.
      71315200 - Building consultancy services.
      71317000 - Hazard protection and control consultancy services.
      71317210 - Health and safety consultancy services.
      71351200 - Geological and geophysical consultancy services.
      71530000 - Construction consultancy services.
      71600000 - Technical testing, analysis and consultancy services.
      72224000 - Project management consultancy services.
      73000000 - Research and development services and related consultancy services.
      73220000 - Development consultancy services.
      79341100 - Advertising consultancy services.
      79400000 - Business and management consultancy and related services.
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Procurement Hub are seeking to appoint a number of Consultants that constantly meet the standards required. The consultants will be able to apply for any number of the workstreams listed and need to meet the varying requirements of Procurement Hub members. As such Procurement Hub wish to form a Consultants Dynamic Purchasing System (DPS) which will be owned and utilised by Procurement Hub.
It is intended that this DPS will be capable of being used by contracting authorities in the United Kingdom.
Below are work streams that Procurement Hub members have a requirement for, this is not an exhaustive list and further work streams can be added during the life of the DPS.
•Project and Cost management
•Auditing, Development Monitoring
•Property Investment, Appraisal and Financial Services
•Sales/Marketing and Valuations
•Risk Management and Governance
•Technical and Site Investigation
•Engineering Design
•Architecture
•Landscape Design
•Planning
•Consultation
•Masterplanning and Urban Design
•Construction Design & Management (CDM) Services
•Property Advisory and Employers Agents Services
•Sustainability & Environmental Services
•Health and Safety
Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such services without the need for any further OJEU procurement process via mini-competition. The Hub can be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and expense incurred in such procurement processes. Procurement Hub then wish to market these services so other contracting authority clients can use them ensuring quality and value for money and use a best value services supply chain. The successful suppliers will be expected to work with Procurement Hub to develop the DPS and encourage its growth.
Providers will be required to work with us to provide a quality, consistent service, have an understanding of our values and take responsibility for achieving a responsive and innovative approach to service provision. In an intricate legal and regulatory environment, Procurement Hub require providers that take responsibility for achieving:
• Compliance with legislation and regulations
• Minimisation of risk, in respect of all aspects of the service provision
• Diversity and equality of opportunity
• Complete financial regularity
• Work to all relevant and applicable Health and Safety Policies and Procedures as required by law
All providers will be required to demonstrate a proven track record on delivering similar type contracts along with providing sustainable competitive pricing throughout the term of the contract. The provider must also have excellent customer service and be able to provide dedicated account management. When procuring energy services, products and equipment that have, or can have, an impact on significant energy use, the procurement is partly evaluated on the basis of energy performance. Successful tenders may be privy to commercially sensitive information and as such will be expected to adhere to any policies and procedures surrounding this during the course of the contract and will be asked to sign a non-disclosure agreement.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 500,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 12/08/2019 / End: 12/08/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/2VAT9793AZ

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this
framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers - NO           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/08/2029 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Architectural%2C-construction%2C-engineering-and-inspection-services./2VAT9793AZ

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/2VAT9793AZ
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 05/07/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Accent Housing - Development & Growth Consultants Panel            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,600,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Architects - Lot 1 - North   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Architects - Lot 2 - East   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: : As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Architects - Lot 3 - South   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Employers Agents - Lot 4 - North   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Employers Agents - Lot 5 - East   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Employers Agents - Lot 6 - South   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: As part of Accent’s strategic objective to develop more than 2000 new homes over the next 4 years, we have set up a Consultants Panel to support our Development and Growth team. Specifically we seek to appoint:

•Architects
•Employers Agents who can also offer a Clerk of Works

the purpose of developing social housing.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants Dynamic Purchasing System Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Architects - Lot 1 - North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bernard Taylor Partnerships, 04168609
             Elizabeth House, 486 Didsbury Road, Stockport, Cheshire, SK4 3BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             TADW Architects (The Architectural Design Workshop), 04533538
             6 St. Petersgate, Stockport, Greater Manchester, SK1 1HD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Watson Batty Architects Limited, 02913588
             Shires House, Shires Road, Guiseley, Leeds, LS20 8EU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Align Property Partners, 10385861
             Morgan House, Mount View, Standard Way, Northallerton, DL6 2YD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Arcus Consulting LLP, 07027105
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 450,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Architects - Lot 2 - East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kyle Smart Associates Limited, 06036888
             The Barn, Butcherwick, Sewell, Bedfordshire, LU6 1RP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Arcus Consulting LLP, 07027105
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146 - 148 Eltham Hill, Eltham, Greenwich, Greater London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Jefferson Sheard Architects Limited, 02811105
             2 Sidney Street, Sheffield, S1 4RH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Hunter & Partners Limited, N/A
             1 Beadon Road, Hammersmith and Fulham, W6 0EA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Saunders Boston Architects, 02110520
             118 Newmarket Road, Cambridge, CB5 8HA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Austin-Smith:Lord Limited, 11773049
             One Dunleavy Drive, Cardiff Bay, Cardiff, CF11 0SN, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 750,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Architects - Lot 3 - South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Kyle Smart Associates Limited, 06036888
             The Barn, Butcherwick, Sewell, Bedfordshire, LU6 1RP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             MH Architects Limited, 01994233
             Bicentennial Building, Southern Gate, Terminus Road, Chichester, PO19 8EZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Arcus Consulting LLP, 07027105
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Jefferson Sheard Architects Limited, 02811105
             2 Sidney Street, Sheffield, S1 4RH, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Employers Agents - Lot 4 - North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Faithful+Gould, 02236832
             3100 Century Way, Thorpe Park, Thorpe Park, Leeds, Leeds, LS15 8ZB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Eyres Partnership LLP, OC326489
             208/210 Keighley Road, Bradford, BD9 4JZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BWA (Europe) Limited, 10651978
             Basilica, 2 King Charles Street, Leeds, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             AECOM Limited, 01846493
             St George's House, 5 St George's Road, Wimbledon, SW19 4DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Robinson Low Francis LLP, OC309255
             Francis House, Warren Court, High Street, Stevenage, SG1 3DW, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 330,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Employers Agents - Lot 5 - East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             WT Partnership Limited, 01130989
             AMP House, Dingwall Road, Croydon, CR0 2LX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Robinson Low Francis LLP, OC309255
             Francis House, Warren Court, High Street, Stevenage, SG1 3DW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             AECOM Limited, 01846493
             St George's House, 5 St George's Road, Wimbledon, SW19 4DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Faithful+Gould, 02236832
             3100 Century Way, Thorpe Park, Thorpe Park, Leeds, Leeds, LS15 8ZB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Henry Riley LLP, OC334120
             First Floor Suite, Unit 2, Wellbrook Court, Girton, Cambridge, CB3 0NA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Calfordseaden LLP, OC315838
             St John's House, 1A Knoll Rise, Orpington, BR6 0JX, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 550,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Employers Agents - Lot 6 - South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Robinson Low Francis LLP, OC309255
             Francis House, Warren Court, High Street, Stevenage, SG1 3DW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             AECOM Limited, 01846493
             St George's House, 5 St George's Road, Wimbledon, SW19 4DR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             WT Partnership Limited, 01130989
             AMP House, Dingwall Road, Croydon, CR0 2LX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Faithful+Gould, 02236832
             3100 Century Way, Thorpe Park, Thorpe Park, Leeds, Leeds, LS15 8ZB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Hunter & Partners Limited, N/A
             1 Beadon Road, Hammersmith and Fulham, W6 0EA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 220,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=572769852

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Accent Housing
       Charlestown House, Acorn Park Industrial Estate, Charlestown, Shipley, West Yorkshire,, Charlestown, Shipley, West Yorkshire, BD17 7SW, United Kingdom
       Email: info@AccentGroup.org
       Main Address: https://www.accentgroup.org/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing Association - Clerks of Works for Rastrick Site            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing published a tender to appoint a Site Inspector to undertake Services as per the Schedule of Services, during the development and throughout the defects period for our JCT 2016 Design and Build scheme at Rastrick, Mount Lane, Brighouse, West Yorkshire.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 34,032,818.05
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing published a tender to appoint a Site Inspector to undertake Services as per the Schedule of Services, during the development and throughout the defects period for our JCT 2016 Design and Build scheme at Rastrick, Mount Lane, Brighouse, West Yorkshire.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Arcus Consulting LLP, OC304735
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 34,032,818.05
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=573380906

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Association
       Yorkshire Housing, Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing Association - Architects for Flockton Court            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing published a tender, to appoint an Architect to undertake Services as per the Schedule of Services. Appointments are to be priced in three stages, these are split into RIBA Stages 0-3, Stage 4, and Stages 5-7 for our scheme at Flockton Court, Sheffield.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 387,400
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing published a tender, to appoint an Architect to undertake Services as per the Schedule of Services. Appointments are to be priced in three stages, these are split into RIBA Stages 0-3, Stage 4, and Stages 5-7 for our scheme at Flockton Court, Sheffield.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bond Bryan Architects Limited, 06296993
             175-185 Gray's Inn Road, Cambden, Greater London, WC1X 8UE, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 387,400
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=573381591

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 10/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Association
       Yorkshire Housing, Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing Association - Employers Agents & Principle Designers for Flockton Court            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 141,150
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Employers Agents for Flockton Court   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Principle Designers for Flockton Court   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Employers Agents for Flockton Court

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Identity Consult Limited, 05416411
             B2, Pittman Court, Pittman Way, Preston, PR2 9ZG, United States
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 126,150
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Principle Agents for Flockton Court

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CPC Project Services LLP, OC366907
             5th Floor, Quality House, 5-9 Quality Court, Chancery Lane, Holborn, WC2A 1HP, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 15,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=573382451

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 10/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Association
       Yorkshire Housing, Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: South Yorkshire Housing Association - Development Architects for Small Works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: A Panel of Architects required for small works - New Build, refurbishment, conversion, capacity studies and feasibility studies with options of RIBA stages from 0 - 7.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS –OJEU Ref 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 320,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: A Panel of Architects required for small works - New Build, refurbishment, conversion, capacity studies and feasibility studies with options of RIBA stages from 0 - 7.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS –OJEU Ref 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bauman Lyons Architects Limited, 03390810
             Black Building, 2 Newton Road, Leeds, LS7 4HE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chiles Evans + Care Architects Limited, 09648734
             The Old Workshop, 1 Ecclesall Road South, Sheffield, S11 9PA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Halsall Lloyd Partnership LLP, OC333403
             98-100 Duke Street, Liverpool, L1 5AG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Norton Mayfield Architects Limited, 08962849
             Unit 7, Harland Works, 70 John Street, Sheffield, S2 4QU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Paul Testa Architecture, 09670435
             Parkhead House, Carver Street, Sheffield, S10 5PF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Tatlow Stancer Architects Limited, 05065860
             Sheffield Design Studios, Lion Works, 40 Ball St, Sheffield, S3 8DB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 320,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=576043477

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       South Yorkshire Housing Association
       152 Rockingham Street, Sheffield, South Yorkshire, S1 4EB, United Kingdom
       Email: info@syha.co.uk
       Main Address: https://www.syha.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing Association - Employers Agents & Principle Designers for Flockton Court            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 141,150
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Employers Agents for Flockton Court   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Principle Designers for Flockton Court   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing has tendered, to appoint an Employers Agent and Principal Designer to undertake Services as per the Schedule of Services. Appointments are to be priced in two stages, initially during the pre-construction phase and then through the development and defects period for our scheme at Flockton Court, Sheffield.

All Suppliers have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 50
                  
      Price - Weighting: 50
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Employers Agents for Flockton Court

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Identity Consult Limited, 05416411
             B2, Pittman Court, Pittman Way, Preston, PR2 9ZG, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 126,150
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Principle Agents for Flockton Court

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CPC Project Services LLP, OC366907
             5th Floor, Quality House, 5-9 Quality Court, Chancery Lane, Holborn, WC2A 1HP, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 15,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=580004699

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 23/03/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Association
       Yorkshire Housing, Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: First Choice Homes Oldham Limited - Stock Condition Surveys 2021            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: FCHO required to survey approximately 20% or their stock, or up to 3000 properties per annum, annually between April and June, for the next 3 years from April 2021, totalling 60% of stock or up to 9000 properties over the 3 year period.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 323,865
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: FCHO required to survey approximately 20% or their stock, or up to 3000 properties per annum, annually between April and June, for the next 3 years from April 2021, totalling 60% of stock or up to 9000 properties over the 3 year period.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 323,865
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=580005237

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 14/05/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       First Choice Homes Oldham Limited
       22 Union St, Oldham, OL1 1BE, United Kingdom
       Email: info@fcho.co.uk
       Main Address: https://www.fcho.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: whg - RICS Consultancy and CDM Services Panel            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: whg required suppliers to provide Employer’s Agents (EA) and/or Construction Design Management (CDM) Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 645,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Employers RICS Consultancy Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: whg required suppliers to provide Employer’s Agents (EA) and/or Construction Design Management (CDM) Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:CDM Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: whg required suppliers to provide Employer’s Agents (EA) and/or Construction Design Management (CDM) Services.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS, Official Journal of the European Union (“OJEU”) reference number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Employers RICS Consultancy Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 21
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 21

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Arcadis LLP, OC368843
             34 York Way, Islington, N1 9AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Baily Garner LLP, OC305198
             146 - 148 Eltham Hill, Eltham, Greenwich, Greater London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             The Derek Evans Partnership LLP, OC354835
             28 Birmingham Road, Walsall, WS1 2LT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CPC Project Services LLP, OC366907
             5th Floor, Quality House, 5-9 Quality Court, Chancery Lane, Holborn, WC2A 1HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             rg+p Limited, N/A
             Waterloo House, 71 Princess Road West, Leicester, LE1 6TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Capita (GL Hearn Limited), N/A
             20 Soho Square, Westminster, W1D 3QW, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 608,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: CDM Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             The Derek Evans Partnership LLP, OC354835
             28 Birmingham Road, Walsall, WS1 2LT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Capita (GL Hearn Limited), N/A
             20 Soho Square, Westminster, W1D 3QW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Anderton Gables Limited, 06384221
             5 Winckley Street, Preston, PR1 2AA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 37,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=580005948

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 14/05/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       whg Housing Association
       100 Hatherton street, Walsall, WS1 1AB, United Kingdom
       Email: info@whgrp.co.uk
       Main Address: https://www.whg.uk.com/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Brentwood Borough Council - Technical Support for the delivery the Council’s Phase 1 Small Sites programme of Zero Carbon in Use Homes            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Brentwood Borough council sought Technical consultancy to support delivery of Small Site programme to deliver Zero Carbon in use affordable homes within the Borough.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 536,025
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Brentwood Borough council sought Technical consultancy to support delivery of Small Site programme to deliver Zero Carbon in use affordable homes within the Borough.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pellings LLP, OC326178
             24 Widmore Road, Bromley, BR1 1RY, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 536,025
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=604184553

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Brentwood Borough Council
       Town Hall, Ingrave Road, Brentwood, CM15 8AY, United Kingdom
       Email: info@brentwood.gov.uk
       Main Address: https://www.brentwood.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Kirklees Council - Consultant Design Team for Huddersfield New Market            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Kirklees Council sought Consultants to provide: the provision of coordinated design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, buildability, construction safety, operation and maintenance.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants DPS OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 997,329
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Kirklees Council sought Consultants to provide: the provision of coordinated design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, buildability, construction safety, operation and maintenance.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants DPS OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
      Quality criterion - Name: Social Value / Weighting: 10
                  
      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 111-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Greig and Stephenson, 03101088
             Studio 201, 22 Highbury Grove, London, N5 2ER, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 997,329
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=604185334

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Kirklees Council
       Civic Centre, 1 High Street, Huddersfield, HD1 2NF, United Kingdom
       Email: info@kirklees.gov.uk
       Main Address: https://www.kirklees.gov.uk/beta/default.aspx
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Rugby Borough Council - Consultants for the Re-Development of Biart Place            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Rugby Borough Council (RBC) sought to employ the following services:

•Lot 1 – Architectural Services
•Lot 2 – Civil and Structural Engineer Services
•Lot 3 – Building Services Engineer
•Lot 4 – Multidisciplinary Services

All suppliers who have been invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 760,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 1 – Architectural Services

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Rugby Borough Council (RBC) sought to employ the following services:

•Lot 1 – Architectural Services
•Lot 2 – Civil and Structural Engineer Services
•Lot 3 – Building Services Engineer
•Lot 4 – Multidisciplinary Services

All suppliers who have been invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 2 – Civil and Structural Engineer Services

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Rugby Borough Council (RBC) sought to employ the following services:

•Lot 1 – Architectural Services
•Lot 2 – Civil and Structural Engineer Services
•Lot 3 – Building Services Engineer
•Lot 4 – Multidisciplinary Services

All suppliers who have been invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 3 – Building Services Engineer

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Rugby Borough Council (RBC) sought to employ the following services:

•Lot 1 – Architectural Services
•Lot 2 – Civil and Structural Engineer Services
•Lot 3 – Building Services Engineer
•Lot 4 – Multidisciplinary Services

All suppliers who have been invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 4 – Multidisciplinary Services

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Rugby Borough Council (RBC) sought to employ the following services:

•Lot 1 – Architectural Services
•Lot 2 – Civil and Structural Engineer Services
•Lot 3 – Building Services Engineer
•Lot 4 – Multidisciplinary Services

All suppliers who have been invited to this opportunity have passed the minimum requirements of the Procurement Hub's Consultants DPS Official Journal of the European Union (“OJEU”) reference number 2019/S 111-270744.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 111-270744
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Architectural Servicces

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             rg+p Limited, N/A
             Waterloo House, 71 Princess Road West, Leicester, LE1 6TR, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 190,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Civil and Structural Engineer Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             RPS Consulting Services Ltd, 01470149
             20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 190,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Building Services Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Troup Bywaters + Anders, 02736372
             183 Eversholt Street, Camden, Greater London, NW1 1BU, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 190,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Multidisciplinary Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Michael Dyson Associates Ltd, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 190,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=612202675

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 28/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Rugby Borough Council
       Town Hall Evreux Way, Rugby, CV21 2RR, United Kingdom
       Email: info@rugby.gov.uk
       Main Address: https://www.rugby.gov.uk/contact
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Kirklees Council - Consultant Design Team for Huddersfield New Market            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: hort description: Kirklees Council sought Consultants to provide: the provision of coordinated design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, buildability, construction safety, operation and maintenance.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants DPS OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 997,329
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Description of the procurement: Kirklees Council sought Consultants to provide: the provision of coordinated design services including designs, specifications, advice and information with due regard to functionality, build quality and impact, buildability, construction safety, operation and maintenance.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants DPS OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
      Quality criterion - Name: Social Value / Weighting: 10
                  
      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Greig and Stephenson, 03101088
             Studio 201, 22 Highbury Grove, London, N5 2ER, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 997,329
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=629734041

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom

   VI.5) Date of dispatch of this notice: 30/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Kirklees Council
       Civic Centre, 1 High Street, Huddersfield, HD1 2NF, United Kingdom
       Email: info@kirklees.gov.uk
       Main Address: https://www.kirklees.gov.uk/beta/default.aspx
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Richmond Housing Partnership - Provision of Sales and Marketing Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Richmond Housing Partnership sought Consultants that provided Sales, Marketing and Valuation Services in Greater London and had considered to have the necessary financial and economic standing and technical and professional ability to deliver the services/supplies required under the DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 250,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Richmond Housing Partnership sought Consultants that provided Sales, Marketing and Valuation Services in Greater London and had considered to have the necessary financial and economic standing and technical and professional ability to deliver the services/supplies required under the DPS.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/08/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Red Loft LLP, OC301687
             24-28 Toynbee Street, Tower Hamlets, Greater London, E1 7NE, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 25,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=630028979

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Richmond Housing Partnership
       8 Waldegrave Rd, Teddington, TW11 8GT, United Kingdom
       Email: info@rhp.org.co.uk
       Main Address: https://www.rhp.org.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: University of Plymouth - Plymouth Business School Relocation            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: University procured a Consultant to assist with the relocation of the Plymouth Business School (PBS) from its existing off-campus location in the Cookworthy Building to a more prominent location on the main campus.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 399,180
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: University procured a Consultant to assist with the relocation of the Plymouth Business School (PBS) from its existing off-campus location in the Cookworthy Building to a more prominent location on the main campus.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 65
                  
      Price - Weighting: 35
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Coreus Projects Ltd, 11730149
             Office 4 Dean Clarke House, Southernhay East, Exeter, EX1 1AP, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 399,180
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=639058462

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/02/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       University of Plymouth
       Drake Circus, Plymouth, Devon, PL4 8AA, United Kingdom
       Email: info@plymouth.ac.uk
       Main Address: https://www.plymouth.ac.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Be First - Community Engagement Services – Dagenham Heathway            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Be First sought community engagement services to advise and execute a town centre visioning and community engagement programme with local stakeholders to build on the engagement projects achieved to date at Dagenham Heathway, and develop a holistic shared vision as plans for the comprehensive regeneration of the area moves forward.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 68,238
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Be First sought community engagement services to advise and execute a town centre visioning and community engagement programme with local stakeholders to build on the engagement projects achieved to date at Dagenham Heathway, and develop a holistic shared vision as plans for the comprehensive regeneration of the area moves forward.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Urban Symbiotics (Aveo Group Ltd), 12164724
             Studio 122, Chinaworks, 100 Black Prince Road, Lambeth, Greater London, SE1 7SJ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 68,238
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=639059106

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 04/01/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Be First London
       9th Floor, Maritime House 1, Linton Road, Barking, London, IG11 8HG, United Kingdom
       Email: info@befirst.london
       Main Address: http://befirst.london/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Be First - Commercial Property Advice – Dagenham Heathway            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Be First London sought the services of a commercial property consultant to advise on the property composition of a regenerated Dagenham Heathway commercial centre having regard to future residential development scenarios and in particular the level of affordable housing in strategic terms and the Millard Terrace/Heathway centre in detail.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 36,680
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Be First London sought the services of a commercial property consultant to advise on the property composition of a regenerated Dagenham Heathway commercial centre having regard to future residential development scenarios and in particular the level of affordable housing in strategic terms and the Millard Terrace/Heathway centre in detail.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Montagu Evans LLP, OC312072
             70 St Mary Axe, London, EC3A 8BE, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 36,680
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=639059719

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 30/11/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Be First London
       9th Floor, Maritime House 1, Linton Road, Barking, London, IG11 8HG, United Kingdom
       Email: info@befirst.london
       Main Address: http://befirst.london/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Isle of Wight Council - Provision of Design & Management - Consultant Appointment - East Cowes Marine Hub            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Isle of Wight Council (“the Authority”) sought suitably qualified suppliers for the provision of Design and Management Consultant Appointment – East Cowes Marine Hub.

The Authority is leading on the following projects as part of the ECMH, for which consultancy services are required. The projects are broken into Lots as identified within the specification. Consultants may provide costs for providing services for one Lot or a combined price for all Lots.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                           
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 266,189.21
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:The Columbine Building   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Isle of Wight Council (“the Authority”) sought suitably qualified suppliers for the provision of Design and Management Consultant Appointment – East Cowes Marine Hub.

The Authority is leading on the following projects as part of the ECMH, for which consultancy services are required. The projects are broken into Lots as identified within the specification. Consultants may provide costs for providing services for one Lot or a combined price for all Lots.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:The Victoria Barracks   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Isle of Wight Council (“the Authority”) sought suitably qualified suppliers for the provision of Design and Management Consultant Appointment – East Cowes Marine Hub.

The Authority is leading on the following projects as part of the ECMH, for which consultancy services are required. The projects are broken into Lots as identified within the specification. Consultants may provide costs for providing services for one Lot or a combined price for all Lots.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Pontoon and Bells Landing   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Isle of Wight Council (“the Authority”) sought suitably qualified suppliers for the provision of Design and Management Consultant Appointment – East Cowes Marine Hub.

The Authority is leading on the following projects as part of the ECMH, for which consultancy services are required. The projects are broken into Lots as identified within the specification. Consultants may provide costs for providing services for one Lot or a combined price for all Lots.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Public Realm   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Isle of Wight Council (“the Authority”) sought suitably qualified suppliers for the provision of Design and Management Consultant Appointment – East Cowes Marine Hub.

The Authority is leading on the following projects as part of the ECMH, for which consultancy services are required. The projects are broken into Lots as identified within the specification. Consultants may provide costs for providing services for one Lot or a combined price for all Lots.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical / Weighting: 40
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: The Columbine Building

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ERMC Limited, 04489340
             Granary Court, 128 Pyle Street, Newport, Isle of Wight, PO30 1JW, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 88,729.73
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: The Victoria Barracks

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ERMC Limited, 04489340
             Granary Court, 128 Pyle Street, Newport, Isle of Wight, PO30 1JW, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 88,729.74
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Pontoon and Bells Landing

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Public Realm

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ERMC Limited, 04489340
             Granary Court, 128 Pyle Street, Newport, Isle of Wight, PO30 1JW, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 88,729.74
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=639060819

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 22/04/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Isle of Wight Counci
       Guildhall, High street, Newport, PO30 1TY, United Kingdom
       Email: info@iow.gov.uk
       Main Address: https://www.iow.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Be First - Lead Engagement Consultant            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Be First sought to appoint a Lead Engagement Consultant to assist the internal Engagement Team on four major development projects, as well as to provide additional engagement services for projects across the broader portfolio.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 145,044
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Be First sought to appoint a Lead Engagement Consultant to assist the internal Engagement Team on four major development projects, as well as to provide additional engagement services for projects across the broader portfolio.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 80
                  
      Price - Weighting: 20
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319656
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aveo Group Ltd t/a Urban Symbiotics, 09981470
             Studio 122, Chinaworks, 100 Black Prince Road, Lambeth, Greater London, SE1 7SJ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 145,044
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661198893

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/06/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Be First
       9th Floor, Maritime House 1, Linton Road, Barking, London, IG11 8HG, United Kingdom
       Email: info@befirst.london
       Main Address: https://befirst.london/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Brentwood Borough Council - Community Engagement Support            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Council sought a suitably qualified and experienced consultancy practice to lead a programme of community engagement and support specific to the proposed regeneration of Ingleton House and Four Oaks and to include engagement for a new development at Highwood Close, Pilgrims Hatch.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 90,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Council sought a suitably qualified and experienced consultancy practice to lead a programme of community engagement and support specific to the proposed regeneration of Ingleton House and Four Oaks and to include engagement for a new development at Highwood Close, Pilgrims Hatch.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Barton Willmore, N/A
             7 Soho Square, London, W1D 3QB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 90,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661199876

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 17/06/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Brentwood Borough Council
       Town Hall, Ingrave Road, Brentwood, CM15 8AY, United Kingdom
       Email: info@brentwood.gov.uk
       Main Address: https://www.brentwood.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Be First - Lead Engagement Consultant            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Be First sought to appoint a Lead Engagement Consultant to assist the internal Engagement Team on four major development projects, as well as to provide additional engagement services for projects across the broader portfolio.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 145,044
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Be First sought to appoint a Lead Engagement Consultant to assist the internal Engagement Team on four major development projects, as well as to provide additional engagement services for projects across the broader portfolio.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 80
                  
      Price - Weighting: 20
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Aveo Group Ltd t/a Urban Symbiotics, 09981470
             Studio 122, Chinaworks, 100 Black Prince Road, Lambeth, Lambeth, Greater London, SE1 7SJ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 145,044
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661200654

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 07/07/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Be First
       9th Floor, Maritime House 1, Linton Road, Barking, London, IG11 8HG, United Kingdom
       Email: info@befirst.london
       Main Address: https://befirst.london/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Thirteen Housing Group - Employer’s Agent Consultancy            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Thirteen Housing Group (THG) is ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,700,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 North East   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Thirteen Housing Group (THG) is ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 Yorkshire & Humber   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Thirteen Housing Group (THG) is ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/08/2021

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             WSP UK Limited, 01383511
             70 Chancery Lane, Farringdon Without, City of London, WC2A 1AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Elliott Associates, 01621402
             Towneley House, Station Road, Rowlands Gill, Tyne & Wear, NE39 1QF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, West Midlands, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Summers-Inman Construction & Property Consultants, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             BWA (Europe) Ltd, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Yorkshire & Humber

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             WSP UK Limited, 01383511
             70 Chancery Lane, Farringdon Without, City of London, WC2A 1AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Elliott Associates, 01621402
             Towneley House, Station Road, Rowlands Gill, Tyne & Wear, NE39 1QF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BWA (Europe) Ltd, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, West Midlands, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Summers-Inman Construction & Property Consultants, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661201503

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 25/10/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Thirteen Housing Group
       Hudson Quay office, 2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
       Email: info@thirteengroup.co.uk
       Main Address: https://www.thirteengroup.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing - Consultancy Panels 2022 - Architects            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing Association sought to procure a panel of Architects to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing Association sought to procure a panel of Architects to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             QAD Architects Ltd, 05373044
             Unit W8, Greenhouse, Beeston Road, Leeds, Yorkshire, LS11 6AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Watson Batty Architects Ltd, 02913588
             Shires House, Shires Road, Guiseley, Leeds, West Yorkshire, LS20 8EU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Acanthus WSM Architects, 02190815
             Studio 11, The Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             MHA Architects, 01178091
             51 Barton Arcade, Deansgate, Manchester, Greater Manchester, M3 2BJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Nicol Thomas, 02140639
             Heyside House, Blackshaw Lane, Royton, Oldham, Lancashire, OL2 6NS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Waldeck Associates Limited, 03450319
             Kesteven Business Centre, Kesteven Street, Sleaford, Lincolnshire, NG34 7DT, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661202128

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Limited
       The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing - Consultancy Panels 2022 - Employers Agents            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing Association sought to procure a panel of Employers Agents to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing Association sought to procure a panel of Employers Agents to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Summers-Inman Construction & Property Consultants, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcus Consulting LLP, OC304735
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Identity Consult, 05416411
             B2, Pittman Court, Pittman Way, Preston, Lancashire, PR2 9ZG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Savills (UK) Ltd, 02605138
             33 Margaret Street, Westminster, Greater London, W1G 0JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Whiteley Eaves Ltd, 11283467
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Rider Levett Bucknall UK Limited, 04653580
             15 Colmore Row, Birmingham, West Midlands, B3 2BH, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661202957

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Limited
       The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing - Consultancy Panels 2022 - Structural Engineers            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing Association sought to procure a panel of Structural Engineering to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 800,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing Association sought to procure a panel of Structural Engineering to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Billinghurst George & Partners, 03806472
             Waterloo House, Stockton on Tees, North Yorkshire, TS17 6SA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Adept Consulting Engineers, 06029802
             14 Festoon Rooms, Sunny Bank Mills, Town Street, Farsley, Leeds, West Yorkshire, LS28 5UJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Alan Wood & Partners, 02648520
             341 Beverley Road, Hull, East Yorkshire, HU5 1LD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Sutcliffe Projects Ltd, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Civic Engineers, 06824088
             77 Dale Street, Manchester, Greater Manchester, M1 2HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             RWO Associates (Yorkshire) Limited, 10331386
             19-20 Brenkley Way, Newcastle upon Tyne, Tyne and Wear, NE13 6DS, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 800,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=661203684

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Limited
       The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing - Consultancy Panels 2022 - Principal Designer            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing Association sought to procure a panel of Principal Designer to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 200,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing Association sought to procure a panel of Principal Designer to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 20
                  
      Price - Weighting: 80
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Whiteley Eaves Ltd, 11283467
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             AA Projects Ltd, 03768390
             Jackson House, Sibson Road, Sale, Trafford, Greater Manchester, M33 7RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Arcus Consulting LLP, OC304735
             Corner House, 177 Cross Street, Sale, Greater Manchester, M33 7JQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             AHR Building Consultancy, 02156528
             Norwich Union House, High Street, Kirklees, West Yorkshire, HD1 2LF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Nicol Thomas, 02140639
             Heyside House, Blackshaw Lane, Royton, Oldham, Lancashire, OL2 6NS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sutcliffe Projects Ltd, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 200,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=716244888

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Limited
       The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Yorkshire Housing - Consultancy Panels 2022 - Site Inspector            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Yorkshire Housing Association sought to procure a panel of Site Inspection to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Yorkshire Housing Association sought to procure a panel of Site Inspection to deliver Yorkshire Housing Associations growth strategy.

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 30
                  
      Price - Weighting: 70
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Rider Levett Bucknall UK Limited, 04653580
             15 Colmore Row, Birmingham, West Midlands, B3 2BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Clerks of Works (Yorks) Ltd, 03038530
             2b Knaresborough Road, Harrogate, North Yorkshire, HG2 7SP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=716245677

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Yorkshire Housing Limited
       The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
       Email: info@yorkshirehousing.co.uk
       Main Address: https://www.yorkshirehousing.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavillions, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Catalyst Housing Group - Consultancy Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

A multi-disciplinary service was required comprises the provision of Building Surveying Led Project Management Services and Lead Consultant duties in a multi-disciplinary team, covering (but not limited to) the following additional services as appropriate to the particular project; Architectural Services, Structural Engineering, Building Services Engineering and Quantity Surveying.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

A multi-disciplinary service was required comprises the provision of Building Surveying Led Project Management Services and Lead Consultant duties in a multi-disciplinary team, covering (but not limited to) the following additional services as appropriate to the particular project; Architectural Services, Structural Engineering, Building Services Engineering and Quantity Surveying.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 23
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 23

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ig9 Limited, 05392826
             31 Riverside Building, Trinity Buoy Wharf, 64 Orchard Place, Tower Hamlets, Greater London, E14 0JY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146 - 148 Eltham Hill, Eltham, Greenwich, Greater London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             AMC Property Group, 11191089
             12 Euston Place, Leamington Spa, Warwickshire, CV32 4BN, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731928940

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Catalyst Housing Limited
       Ealing Gateway, 26–30 Uxbridge Rd, London, W5 2AU, United Kingdom
       Email: info@chg.org.uk
       Main Address: https://www.chg.org.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Forestry England - Hamsterley Property Technical Advice            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

Forestry England sought a Lead Technical Advisor (the Consultant) to provide independent support and advice to the Forestry Commission Project Team for the Hamsterley Forest visitor hub redevelopment Project.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 150,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

Forestry England sought a Lead Technical Advisor (the Consultant) to provide independent support and advice to the Forestry Commission Project Team for the Hamsterley Forest visitor hub redevelopment Project.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 29/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Summers-Inman Construction & Property Consultants LLP, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 150,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731929861

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Forestry England
       Forestry Commission, 620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
       Email: info@forestryengland.uk
       Main Address: https://www.forestryengland.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Kirklees Council - Lead Architect for New Build SEMH Special School            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

The Capital Development & Delivery (CD&D) team at Kirklees Council sought the appointment of an experienced and dynamic Architect Led Multi-Disciplinary Team with the Architect acting as Lead Consultant and Principal Designer for the full design of a new build school for children and young people with Social, Emotional and Mental Health (SEMH) needs on the former Deighton Centre site in Huddersfield.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,180,683
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

The Capital Development & Delivery (CD&D) team at Kirklees Council sought the appointment of an experienced and dynamic Architect Led Multi-Disciplinary Team with the Architect acting as Lead Consultant and Principal Designer for the full design of a new build school for children and young people with Social, Emotional and Mental Health (SEMH) needs on the former Deighton Centre site in Huddersfield.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Frank Shaw Associates Ltd, 02609011
             Penmore House, Hasland, Chesterfield, Derbyshire, S41 0SJ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,180,683
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731931177

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Kirklees Council
       Market Street, Huddersfield, HD1 2EY, United Kingdom
       Email: info@kirklees.gov.uk
       Main Address: https://www.kirklees.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Thirteen Housing Group - Employer’s Agent Consultancy            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

Thirteen Housing Group (THG) ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,700,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:1 - North East   
      Lot No:1 - North East

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

Thirteen Housing Group (THG) ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 60
                  
      Price - Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Yorkshire   
      Lot No:Lot 2 - Yorkshire

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

Thirteen Housing Group (THG) ran a mini competition through the Procurement Hub Consultants Dynamic Purchasing System (DPS) for a panel of Employers Agents up to 6 Employers Agents for the Northeast of England (Lot 1) and Yorkshire areas (Lot 2).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BWA (Europe) Limited, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Elliott Associates, 01621402
             Towneley House, Station Road, Rowlands Gill, Tyne & Wear, NE39 1QF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Summers-Inman Construction & Property Consultants LLP, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, West Midlands, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             WSP UK Limited, 01383511
             70 Chancery Lane, Farringdon Without, City of London, WC2A 1AF, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Yorkshire

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BWA (Europe) Limited, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6L, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Elliott Associates, 01621402
             Towneley House, Station Road, Rowlands Gill, Tyne & Wear, NE39 1QF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Dyson Associates Limited, 02903668
             West House, Meltham Road, Honley, Holmfirth, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Summers-Inman Construction & Property Consultants LLP, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Thornton Firkin LLP, OC348151
             137 Newhall Street, Birmingham, West Midlands, B3 1SF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             WSP UK Limited, 01383511
             70 Chancery Lane, Farringdon Without, City of London, WC2A 1AF, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 1,350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731931838

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Thirteen Housing Group
       Hudson Quay office, 2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
       Email: info@thirteengroup.co.uk
       Main Address: https://www.thirteengroup.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: University of Plymouth - Heating and Cooling Carbonisation Plan            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

University of Plymouth required Sustainability & Environmental Services consultants to create a more detailed Heating Decarbonisation Plan for some campus buildings, the scope of this work is to now be extended to include building cooling and all UoP buildings.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 350,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.

University of Plymouth required Sustainability & Environmental Services consultants to create a more detailed Heating Decarbonisation Plan for some campus buildings, the scope of this work is to now be extended to include building cooling and all UoP buildings.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 80
                  
      Price - Weighting: 20
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/10/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Avison Young (UK) Ltd, 06382509
             3 Brindley Place, Birmingham, West Midlands, B1 2JB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 350,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=731942836

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 16/11/2022

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       University of Plymouth
       Portland Square, Plymouth, Plymouth, PL4 8AA, United Kingdom
       Email: info@plymouth.ac.uk
       Main Address: https://www.plymouth.ac.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Isle of Wight Council - The Provision of Design and Management Consultant Appointment - The Department Ryde            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565. Isle of Wight required Consultancy services to deliver a scope of works enabled by a major grant from the DCMS Cultural Development Fund to transform Shademakers UK’s premises at 29-30 Cross Street Ryde into DEPARTMENT a permanent base and a creative venue/resource for Ryde and the region.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 177,995
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565. Isle of Wight required Consultancy services to deliver a scope of works enabled by a major grant from the DCMS Cultural Development Fund to transform Shademakers UK’s premises at 29-30 Cross Street Ryde into DEPARTMENT a permanent base and a creative venue/resource for Ryde and the region.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/12/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Turner Works, N/A
             Unit 61, Regent Studios, 8 Andrews Road, London, Greater London, E8 4QN, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 177,995
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=762425172

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 08/03/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Isle of Wight Council
       County Hall, High Street, Newport, Isle of Wight, PO30 1UD, United Kingdom
       Email: info@iow.gov.uk
       Main Address: https://www.iow.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Thirteen Housing Group - Architect Consultancy Panel            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565. Thirteen Group sought consultants to join a panel of Architects for their new build development plans.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,980,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:North East   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565. Thirteen Group sought consultants to join a panel of Architects for their new build development plans.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Yorkshire and the Humber   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565. Thirteen Group sought consultants to join a panel of Architects for their new build development plans.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: North East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/01/2023

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 33

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Hyde and Associates Limited, 01178091
             51 Barton Arcade, Deansgate, Manchester, Greater Manchester, M3 2BJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             P+HS Architects, N/A
             The Old Station, Station Road, Stokesley, North Yorkshire, TS9 7AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             JDDK Architects Ltd (Jane Darbyshire & David Kendall Ltd), 02973091
             Millmount, Ponteland Road, Newcastle upon Tyne, Tyne & Wear, NE5 3AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Watson Batty Architects Limited, 02913588
             Shires House, Shires Road, Guiseley, Leeds, West Yorkshire, LS20 8EU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             BSBA Architects (BSBA-Tees Ltd), 10365679
             11 High Row, Darlington, County Durham, DL3 7QQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             EDable Architecture Ltd, 09402488
             The Kings Head, 85 Bridge Street, Blyth, Northumberland, NE24 3AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             HMH Architects, 14421905
             26 Enterprise House, Gateshead, Tyne and Wear, NE 11 0SR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             ID Partnership Northern, N/A
             St. Judes, Barker Street, Newcastle upon Tyne, Tyne and Wear, NE2 1AS, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 990,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Yorkshire & the Humber

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/01/2023

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 33

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Hyde and Associates Limited, 01178091
             51 Barton Arcade, Deansgate, Manchester, Greater Manchester, M3 2BJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             P+HS Architects, N/A
             The Old Station, Station Road, Stokesley, North Yorkshire, TS9 7AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Watson Batty Architects Limited, 02913588
             Shires House, Shires Road, Guiseley, Leeds, West Yorkshire, LS20 8EU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             JDDK Architects Ltd (Jane Darbyshire & David Kendall Ltd), 02973091
             Millmount, Ponteland Road, Newcastle upon Tyne, Tyne & Wear, NE5 3AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             BSBA Architects (BSBA-Tees Ltd), 10365679
             11 High Row, Darlington, County Durham, DL3 7QQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HMH Architects, 14421905
             26 Enterprise House, Gateshead, Tyne and Wear, NE11 0SR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             EDable Architecture Ltd, 09402488
             The Kings Head, 85 Bridge Street, Blyth, Northumberland, NE24 3AE, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 990,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=762425897

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 09/03/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Thirteen Housing Group
       2 Hudson Quay, Windward Way, Middlesbrough, TS2 1QG, United Kingdom
       Email: info@thirteengroup.co.uk
       Main Address: https://www.thirteengroup.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: South Yorkshire Housing - Structural Engineers - 3135            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. South Yorkshire Housing Association intended to form a framework with two lots; Lot 1 – Small works and latent defects, Lot 2 – Large works.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 100,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 – Small Works and Latent Defects   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. South Yorkshire Housing Association intended to form a framework with two lots; Lot 1 – Small works and latent defects, Lot 2 – Large works.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 – Large Works   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. South Yorkshire Housing Association intended to form a framework with two lots; Lot 1 – Small works and latent defects, Lot 2 – Large works.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1 – Small Works and Latent Defects

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Billinghurst George & Partners, 03806472
             Waterloo House, Stockton on Tees, North Yorkshire, TS17 6SA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sutcliffe Projects Limited, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 50,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2 – Large Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Billinghurst George & Partners, 03806472
             Waterloo House, Stockton on Tees, North Yorkshire, TS17 6SA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             BDP (Building Design Partnership Limited), 02128772
             PO Box 85, Oldham Road, Manchester, Greater Manchester, M60 3JA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Portland Consulting Engineers, 05093789
             10 Bankside, The Watersmark, Gateshead, Tyne & Wear, NE11 9DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Sutcliffe Projects Limited, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 50,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775532373

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 23/10/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       South Yorkshire Housing Association
       152 Rockingham Street, Sheffield, South Yorkshire, S1 4EB, United Kingdom
       Email: info@syha.co.uk
       Main Address: https://www.syha.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Forestry England - Project management and technical advice services for PSS Seed Processing Facility, Offices and Ancillary building developments            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Forestry England sought a Lead Technical Advisor (the Consultant) to provide independent support and advice to the Forestry Commission Project Team for the PSS Seed Processing Facility, Offices, and Ancillary Building Development Projects.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 360,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Forestry England sought a Lead Technical Advisor (the Consultant) to provide independent support and advice to the Forestry Commission Project Team for the PSS Seed Processing Facility, Offices, and Ancillary Building Development Projects.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/04/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Gardiner & Theobald LLP, OC307124
             10 South Crescent, London, WC1E 7BD, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 360,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775532890

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 21/07/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Forestry England
       Business Park, 620 Coldharbour Ln, Winterbourne, Bristol, BS16 1EJ, United Kingdom
       Email: info@forestryengland.uk
       Main Address: https://www.gov.uk/government/organisations/forestry-commission
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: University of Plymouth - The Park – Multi-Disciplinary Team (Project Management, Cost Consultancy, Design & Technical Advisory Services)            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. The University of Plymouth sought to appoint project management, cost consultancy and design services for RIBA stages 1-7 of The Park project.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 354,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. The University of Plymouth sought to appoint project management, cost consultancy and design services for RIBA stages 1-7 of The Park project.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AECOM Ltd, 01846493
             St George's House, 5 St George's Road, Wimbledon, London, SW19 4DR, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 354,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775534846

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 05/06/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       University of Plymouth
       Drake Circus, Plymouth, Devon, PL4 8AA, United Kingdom
       Email: info@plymouth.ac.uk
       Main Address: https://www.plymouth.ac.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Isle of Wight Council - Provision of Design of Newport Harbour Cultural Centre Feasibility Study            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Isle of Wight Council required a Feasibility Study to test the social economic and technical viability of delivering a new Cultural Hub at Newport Harbour on the Isle of Wight.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 152,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Isle of Wight Council required a Feasibility Study to test the social economic and technical viability of delivering a new Cultural Hub at Newport Harbour on the Isle of Wight.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Turner Works (trading name of Carl Turner Architects Ltd), 06352724
             Unit 61, Regent Studios, 8 Andrews Road, London, Greater London, E8 4QN, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 152,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775536482

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 21/07/2023

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Isle of Wight Council
       County Halll, High street, Newport, PO30 1UD, United Kingdom
       Email: info@iow.gov.uk
       Main Address: https://www.iow.gov.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 1772897200, Email: purchasing@placesforpeople.co.uk
       Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Consultancy Panels for Places for People Developments – Scotland Region            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,400,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Planning Consultant   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Concept Architect   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 – Architect   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 – Structural Engineer   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 – Civil Engineer   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 – M&E Consultant   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality &Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 – Geotechnical Consultant   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 – CDM Consultant   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 – SAP Assessors   
      Lot No:9

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People required a supply of consultant services for Places for People Developments, Scotland region within a range of requirements to include – Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Planning Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             PWA Planning Ltd, 08605706
             316 Blackpool Road, Fulwood, Preston, Lancashire, PR2 3AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Holder Planning Ltd, SC371238
             5 South Charlotte Street, Edinburgh, Midlothian, EH2 4AN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Bidwells LLP, OC344553
             Bidwell House, Trumpington Road, Cambridge, Cambridgeshire, CB2 9LD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Montagu Evans LLP, OC312072
             5 Bolton Street, Westminster, Greater London, W1J 8BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Quod Limited, 07170188
             Ingeni Building, 17 Broadwick Street, Westminster, Greater London, W1F 0AX, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2 - Concept Architect

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 19
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 19

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Gilmour Associates, SC535118
             2 Rubislaw Terrace, Ferryhill, Aberdeen, Grampian, AB10 1XE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Anderson Bell Christie, SC530940
             382 Great Western Road, Glasgow, Lanarkshire, G4 9HT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Corstorphine + Wright Ltd, 03315371
             Brook Hall, Brook Street, Warwick, Warwickshire, CV34 4BL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Austin-Smith:Lord, 11773049
             One Dunleavy Drive, Cardiff Bay, Cardiff, South Glamorgan, CF11 0SN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             EMA Archtecture and Design, SC256769
             42 Charlottes Square, Edinburgh, EH2 4HQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Lot 3 – Architect

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 17

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             EMA Archtecture and Design, SC256769
             42 Charlottes Square, Edinburgh, EH2 4HQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Michael Gilmour Associates Ltd, SC535118
             2 Rubislaw Terrace, Ferryhill, Aberdeen, Grampian, AB10 1XE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Corstorphine + Wright, 03315371
             Brook Hall, Brook Street, Warwick, Warwickshire, CV34 4BL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Austin-Smith:Lord, 11773049
             One Dunleavy Drive, Cardiff Bay, Cardiff, South Glamorgan, CF11 0SN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Anderson Bell Christie, SC530940
             382 Great Western Road, Glasgow, Lanarkshire, G4 9HT, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Lot 4 – Structural Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hydrock Consultants Ltd, 03118932
             Over Court Barns, Over Lane, Bristol, South Gloucestershire, BS32 4DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Fairhurst, 04319561
             225 Bath Street, Glasgow, Glasgow City, G2 4GZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Indev, SC499824
             Duart House, 3 Finch Way, Strathclyde Business Park, Bellshill, Lanarkshire, ML4 3PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Will Rudd Davidson, SC206272
             43 York Place, Edinburgh, Midlothian, EH1 3HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Cameron + Ross, SC142061
             15 Victoria Street, Aberdeen, Aberdeen City, AB10 1XB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Lot 5 – Civil Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hydrock Consultants, 03118932
             Over Court Barns, Over Lane, Bristol, South Gloucestershire, BS32 4DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Fairhurst, 04319561
             225 Bath Street, Glasgow, Glasgow City, G2 4GZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Will Rudd Davidson, SC206272
             43 York Place, Edinburgh, Midlothian, EH1 3HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Indev, SC499824
             Duart House, 3 Finch Way, Strathclyde Business Park, Bellshill, Lanarkshire, ML4 3PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Cameron + Ross, SC142061
             15 Victoria Street, Aberdeen, Aberdeen City, AB10 1XB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Lot 6 – M&E Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             The Keenan Consultancy, N/A
             42 Rose Street North Lane, Edinburgh, Midlothian, EH2 2NP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Hulley & Kirkwood Consulting, N/A
             2 Commercial Street, Deansgate, Manchester, Greater Manchester, M15 4RQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Hydrock Consultants, 03118932
             Over Court Barns, Over Lane, Bristol, South Gloucestershire, BS32 4DF, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Lot 7 – Geotechnical Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bayne Stevenson, SC298946
             19 South Castle Drive, Carnegie Campus, Dunfermline, Fife, KY118PD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Fairhurst, 04319561
             225 Bath Street, Glasgow, Glasgow City, G2 4GZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Hydrock Consultants, 03118932
             Over Court Barns, Over Lane, Bristol, South Gloucestershire, BS32 4DF, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Lot 8 – CDM Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Michael Gilmour Associates, SC535118
             2 Rubislaw Terrace, Ferryhill, Aberdeen, Grampian, AB10 1XE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Brownriggs, SC575562
             Unit 16, Scion House, Stirling University Innovation Park, Stirling, Stirlingshire, FK9 4NF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Hypostyle Architects, SC093579
             49 St Vincent Crescent, Glasgow, Lanakshire, G3 8NG, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Lot 9 – SAP Assessors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AES Sustainability Consultants, 05610118
             4b Oaklands Court, Tiverton Way, Tiverton Business Park, Tiverton, Devon, EX16 6TG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Hackland + Dore Architects Ltd, SC158683
             16 Annandale Street, Edinburgh, Lothians, EH7 4AN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Gilmour Associates, SC535118
             2 Rubislaw Terrace, Ferryhill, Aberdeen, Grampian, AB10 1XE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Hulley & Kirkwood Consulting, N/A
             2 Commercial Street, Deansgate, Manchester, Greater Manchester, M15 4RQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=775537456

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 03/10/2023




UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: First Choice Homes Oldham - New Living Homes Development Consultants            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                     
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 575,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Architecture Design   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Project & Cost Management   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Construction Design & Mgt   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Engineering Design   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Landscape Design   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - Planning   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 - Health & Safety   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 - Prop Advisory & Emp Agents Services   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 - Sales , Marketing & Valuations   
      Lot No:9

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Lot 10 - Sustainability & Environmental Services   
      Lot No:10

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Lot 11 - Technical & Site Management   
      Lot No:11

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. First Choice Homes Oldham sought Consultants for FCHO and their development company New Living Homes to deliver a minimum of 708 units and secure a pipeline of land for a forward programme to be delivered over the next 4 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Architecture Design

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 28
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 28

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Acanthus WSM Architects, 02190815
             Studio 11, The Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Brewster Bye Architects, 03782167
             5 North Hill Road, Headingley, Leeds, West Yorkshire, LS6 2EN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Bernard Taylor Partnerships Architects, 04168609
             Elizabeth House, 486 Didsbury Road, Stockport, Cheshire, SK4 3BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Frank Shaw Associates, 02609011
             Penmore House, Hasland, Chesterfield, Derbyshire, S41 0SJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             John McCall Architects, 03963948
             Unit 1, 20 Henry Street, Templeton on the Green, Liverpool, Merseyside, L1 5BS, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2 - Project & Cost Management

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BWA (Europe) Ltd, 10651978
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Summers-Inman Construction & Property Consultants, OC303181
             5th Floor, Quality House, 5-9 Quality Court, Chancery Lane, Holborn, City of London, WC2A 1HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Poole Dick Associates, 01477221
             Waterfold Park, Rochdale, Greater Manchester, BL9 7BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Whiteley Eaves Ltd, 13751296
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Wilkinson Cowan Partnership Ltd, 07123292
             2430 The Quadrant, Aztec West, Bristol, South Gloucestershire, BS32 4AQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Lot 3 - Construction Design & Mgt

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 16

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BWA (Europe) Ltd, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             CPC Project Services LLP, OC366907
             5th Floor, Quality House, 5-9 Quality Court, Chancery Lane, Holborn, City of London, WC2A 1HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Poole Dick Associates, 01477221
             Waterfold Park, Rochdale, Greater Manchester, BL9 7BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Whiteley Eaves Ltd, 11283467
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Wilkinson Cowan Partnership Ltd, 07123292
             2430 The Quadrant, Aztec West, Bristol, South Gloucestershire, BS32 4AQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Lot 4 - Engineering Design

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Alan Johnston Partnership Ltd, 13204766
             1 Dale Street, Liverpool, Merseyside, L2 2ET, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Civic Engineers, 06824088
             77 Dale Street, Manchester, Greater Manchester, M1 2HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Curtins, 02736220
             Curtins House, 6 Columbus Quay, Riverside Drive, Liverpool, Merseyside, L3 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Sutcliffe Projects Ltd, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Lot 5 - Landscape Design

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Halsall Lloyd LLP, OC333403
             98-100 Duke Street, Liverpool, Merseyside, L1 5AG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             The Environment Partnership (TEP) Limited, 07745159
             Genesis Centre, Garrett Field, Birchwood Science Park, Birchwood, Warrington, Cheshire, WA3 7BH, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Lot 6 - Planning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DPP One Limited, 08129507
             66 Porchester Road, Westminster, Greater London, W2 6ET, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             PWA Planning Limited, 08605706
             316 Blackpool Road, Fulwood, Preston, Lancashire, PR2 3AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             RPS, N/A
             20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             The Environment Partnership (TEP) Limited, 07745159
             Genesis Centre, Garrett Field, Birchwood Science Park, Birchwood, Warrington, Cheshire, WA3 7BH, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Lot 7 - Health & Safety

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             AA Projects Ltd, 03768390
             Jackson House, Sibson Road, Sale, Trafford, Greater Manchester, M33 7RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Baily Garner, OC305198
             146 - 148 Eltham Hill, Eltham, Greenwich, Greater London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PIB Risk Management Ltd, 07473310
             Rossington Business Park, West Carr Road, Retford, Nottinghamshire, DN22 7SW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Whiteley Eaves Ltd, 13751296
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Lot 8 - Prop Advisory & Emp Agents Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             BWA (Europe) Ltd, 10651978
             Basilica, 2 King Charles Street, Leeds, West Yorkshire, LS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Poole Dick Associates, 01477221
             Waterfold Park, Rochdale, Greater Manchester, BL9 7BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Summers-Inman Construction & Property Consultants, OC303181
             Bevan House, Sir Bobby Robson Way, Newcastle upon Tyne, Tyne and Wear, NE13 9BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Whiteley Eaves Ltd, 11283467
             Hollinwood Business Centre, Albert Street, Oldham, Greater Manchester, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Wilkinson Cowan Partnership Ltd, 07123292
             2430 The Quadrant, Aztec West, Bristol, South Gloucestershire, BS32 4AQ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Lot 9 - Sales , Marketing & Valuations

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: 10    
   Title: Lot 10 - Sustainability & Environmental Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Hodkinson Consultancy, 03823513
             Trinity Court, Batchworth Island, Church Street, Rickmansworth, Hertfordshire, WD3 1RT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Turner & Townsend Project Management Limited, N/A
             One New Change, Bread Street, City of London, EC4M 9AF, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: Not Provided    
   Lot Number: 11    
   Title: Lot 11 - Technical & Site Management

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             FWS Consultants Ltd, 03944252
             Office 1.8, 1 Redwood Crescent, Glasgow, East Kilbride, G74 5PA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Sutcliffe Projects Ltd, 04287238
             18-20 Harrington Street, Liverpool, Merseyside, L2 9QA, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 57,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=797019934

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 07/02/2024

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       First Choice Homes Oldham
       First Place, 22 Union Street, Oldham, OL1 1BE, United Kingdom
       Email: info@fcho.co.uk
       Main Address: https://www.fcho.co.uk/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: suppliers@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Be First - Sales and Marketing Consultant – Ewars Marsh Shared Ownership Units - 3222            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. ) Be First sought to appoint an agency to assist with the sales, rental, and marketing of new build homes on Gascoigne East Phase 2, Ewars Marsh Court. This requires the sales and marketing of 79 shared ownership homes.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 369,063
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. ) Be First sought to appoint an agency to assist with the sales, rental, and marketing of new build homes on Gascoigne East Phase 2, Ewars Marsh Court. This requires the sales and marketing of 79 shared ownership homes.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/06/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Red Loft LLP, 06509705
             24-28 Toynbee Street, Tower Hamlets, Greater London, E1 7NE, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 369,063
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=797020592

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 19/03/2024

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Be First
       9th floor, Maritime House, 1 Linton Road, Barking, London, IG11 8HG, United Kingdom
       Email: info@befirst.london.co.uk
       Main Address: https://befirst.london/
       NUTS Code: UK



UK-Preston: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Ltd
       4 The Pavilions,, Portway, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: purchasing@placesforpeople.co.uk
       Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Consultancy Panels for Places for People Developments – South Region            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71000000 - Architectural, construction, engineering and inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1 - Planning Consultant   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2 - Concept Architect   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3 - Architect   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4 - Structural Engineer   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5 - Civil Engineer   
      Lot No:5

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6 - M&E Consultant   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7 – Geotechnical Engineer   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot 8 - CDM Consultant   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Lot 9 – SAP Assessor   
      Lot No:9

      II.2.2) Additional CPV code(s):
            71000000 - Architectural, construction, engineering and inspection services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 130-319565. Places for People sought the supply of consultant services for Places for People Developments, South region within a range of requirements to include– Planning Consultants, Concept Architects, Architects, Structural Engineers, Civil Engineers, M&E Consultants, Geotechnical Consultant, CDM Consultant and SAP Assessors as well as any other associated works and tasks.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Merit / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the 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 OJEU: 2019/S 130-319565
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Lot 1 - Planning Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Amos Ellis Consulting (AEC), 09385456
             North House, 198 High Street, Tonbridge, Kent, TN9 1BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             rg+p Limited, 03837194
             Waterloo House, 71 Princess Road West, Leicester, Leicestershire, LE1 6TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BPTW, OC301697
             110-114 Norman Road, Greenwich, London, SE10 9QJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Savills (UK) Limited, 02605138
             33 Margaret Street, Westminster, Greater London, W1G 0JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Quod Limited, 07170188
             Ingeni Building, 17 Broadwick Street, Westminster, Greater London, W1F 0AX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Ingleton Wood LLP, OC306572
             1 Alie Street, Whitechapel, Tower Hamlets, Greater London, E1 8DE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             PWA Planning Limited, 08605706
             316 Blackpool Road, Fulwood, Preston, Lancashire, PR2 3AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             ECE Planning, 07644833
             Amelia House, Crescent Road, Worthing, West Sussex, BN11 1QR, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Lot 2 - Concept Architect

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 30
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 30

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             ECE Architecture Limited, 02360025
             Brooklyn Chambers, 11 Goring Road, Goring-by-Sea, Worthing, West Sussex, BN12 4AP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             PRP Architects LLP, OC361169
             10 Lindsey Street, Smithfield, Farringdon Without, City of London, EC1A 9HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Atkins, Walters & Webster, 03489253
             Rivergate House, 70 Redcliff Street, Bristol West, Bristol, BS1 6LS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             One50studio Limited, 10966457
             66 Foxcote Road, Bedminster, Bristol, BS3 2BZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             ADP Architecture Limited, 10358376
             Cantay House, Park End Street, Oxford, Oxfordshire, OX1 1JD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             HGP Architects Limited, 02066639
             Furzehall Farm, 110 Wickham Road, Fareham, Hampshire, PO16 7JH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             On Architecture Ltd, 07850398
             Logan House, St Andrews Close, Canterbury, Kent, CT1 2RP, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Lot 3 - Architect

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             HGP Architects Limited, 02066639
             Furzehall Farm, 110 Wickham Road, Fareham, Hampshire, PO16 7JH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Austin-Smith:Lord Limited, 11773049
             One Dunleavy Drive, Cardiff Bay, Cardiff, South Glamorgan, CF11 0SN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Saunders Partnership Ltd, 02358009
             Falcon Way, Shire Park, Welwyn Garden City, Hertfordshire, AL7 1TW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             ECE Architecture Limited, 02360025
             Brooklyn Chambers, 11 Goring Road, Goring-by-Sea, Worthing, West Sussex, BN12 4AP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Pozzoni Architecture Limited, 09412906
             Woodville House, 2 Woodville Road, Altrincham, Trafford, Greater Manchester, WA14 2FH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             ID Partnership Northern, N/A
             St. Judes, Barker Street, Newcastle upon Tyne, Tyne and Wear, NE2 1AS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             rg+p Limited, 03837194
             Waterloo House, 71 Princess Road West, Leicester, Leicestershire, LE1 6TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             ADP Architecture Limited, 10358376
             Cantay House, Park End Street, Oxford, Oxfordshire, OX1 1JD, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Lot 4 - Structural Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Reuby & Stagg Limited, 05084692
             St James' House, 8 Oversliffe, Gravesend, Kent, DA11 0HJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Building Design Consultants Limited, 08526190
             2 Station Court, Radford Way, Billericay, Essex, CM12 0DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Egniol Environmental Limited, 06668552
             Llys Onnen, Ffordd y Llyn, Parc Menai, Bangor, Gwynedd, LL57 4DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Calfordseaden LLP, OC315838
             St John's House, 1A Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Fairhurst, N/A
             225 Bath Street, Glasgow, Glasgow City, G2 4GZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Civic Engineers Limited, 06824088
             77 Dale Street, Manchester, Greater Manchester, M1 2HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Curtins Ltd, 02054159
             Curtins House, 6 Columbus Quay, Riverside Drive, Liverpool, Merseyside, L3 4DB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Lot 5 - Civil Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Curtins Ltd, 02054159
             Curtins House, 6 Columbus Quay, Riverside Drive, Liverpool, Merseyside, L3 4DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Building Design Consultants Limited, 08526190
             2 Station Court, Radford Way, Billericay, Essex, CM12 0DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Clarkebond (UK) Limited, 07775761
             Brickleigh House, Park 5 Business Centre, Harrier Way, Exeter, Devon, EX2 7HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Reuby & Stagg Limited, 05084692
             St James' House, 8 Oversliffe, Gravesend, Kent, DA11 0HJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Egniol Environmental Limited, 06668552
             Llys Onnen, Ffordd y Llyn, Parc Menai, Bangor, Gwynedd, LL57 4DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Ardent Consulting Engineers Limited, 05463029
             3rd Floor The Hallmark Building, 52-56 Leadenhall Street, London, City of London, EC3M 5JE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Vectos Infrastructure Limited, 07949174
             61 Oxford Street, Manchester, Greater Manchester, M1 6EQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Fairhurst, N/A
             225 Bath Street, Glasgow, Glasgow City, G2 4GZ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Lot 6 - M&E Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             RHB Partnership LLP, OC306123
             The Old Vicarage, Popham, Hampshire, SO21 3BJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Couch Perry & Wilkes LLP, OC317478
             Interface 100, Arleston Way, Solihull, West Midlands, B90 4LH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Calfordseaden LLP, OC315838
             St John's House, 1A Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Baily Garner LLP, OC305198
             146 - 148 Eltham Hill, Eltham, Greenwich, Greater London, SE9 5DY, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Lot 7 – Geotechnical Engineer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Egniol Consulting Ltd, 06668552
             Llys Onnen, Ffordd y Llyn, Parc Menai, Bangor, Gwynedd, LL57 4DF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             RSK Environment Health and Safety Ltd, 04639175
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Curtins Ltd, 04022479
             Curtins House, 6 Columbus Quay, Riverside Drive, Liverpool, Merseyside, L3 4DB, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Lot 8 - CDM Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Turner & Townsend, N/A
             One New Change, Bread Street, City of London, EC4M 9AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Graham Projects and Consulting Limited, 07358508
             9 Malvern Road, Worcester, Worcestershire, WR2 4LE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Rider Levett Bucknall UK Limited, 04653580
             15 Colmore Row, Birmingham, West Midlands, B3 2BH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Pellings LLP, OC326178
             24 Widmore Road, Bromley, Greater London, BR1 1RY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Potter Raper Limited, 11729518
             Duncan House, Burnhill Road, Beckenham, Bromley, Greater London, BR3 3LA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Calfordseaden LLP, OC315838
             St John's House, 1A Knoll Rise, Orpington, Kent, BR6 0JX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Playle & Partners LLP, OC317809
             Crest House, 138 Main Road, Sidcup, Kent, DA14 6NY, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 9    
   Title: Lot 9 – SAP Assessor

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ridge and Partners LLP, OC309402
             Beaumont House, 59 High Street, Theale, Reading, Berkshire, RG7 5AL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Energist UK Limited, 05764762
             College Farm, Tetbury Road, Cirencester, Glouscestershire, GL7 6PY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Focus Consultants 2010 LLP, OC357628
             Focus House, Millennium Way West, Phoenix Business Park, Nottingham, Nottinghamshire, NG8 6AS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Hodkinson Consultancy, 03823513
             Trinity Court, Batchworth Island, Church Street, Rickmansworth, Hertfordshire, WD3 1RT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             AES Sustainability Consultants Limited, 05610118
             4b Oaklands Court, Tiverton Way, Tiverton Business Park, Tiverton, Devon, EX16 6TG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Sadler Energy and Environmental Services Limited, 06548294
             2a Poles Copse, Poles Lane, Otterbourne, Winchester, Hampshire, SO21 2DZ, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 222,222.22
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=797022085

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 06/10/2023