Skip to main content.

Fusion21 Members Consortium: Fusion21 Consultants Framework

  Fusion21 Members Consortium is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fusion21 Consultants Framework
Notice type: Contract Notice
Authority: Fusion21 Members Consortium
Nature of contract: Services
Procedure: Open
Short Description: Fusion21 is developing a 4 year Framework for full provision of consultancy services across public sector estates. This procurement exercise is inviting tenders from all interested organisations who meet the criteria set out in the tender documentation for the Lots they wish to bid for. The framework is split into twelve (12) lots, these include: Lot 1- Project Management and Multidisciplinary Consultancy Services and Lead Consultant Lot 2- Stock Monitoring & Appraisal Lot 3- Building Information Modelling Lot 4- Architectural Lot 5- Fit-Out Consultancy Lot 6- Heritage and Conservation Lot 7- Structural and Civil Engineering Lot 8- Building Engineering Services Lot 9- Facilities Management Consultancy Lot 10- Principal Designer Lot 11- Zero Carbon and Sustainability Lot 12- Valuations
Published: 21/05/2021 15:34
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-Prescot: Consultative engineering and construction services.
Section I: Contracting Authority
      I.1) Name and addresses
             Fusion21 Members Consortium
             Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
             Tel. +44 1514813000, Fax. +44 1514813001, Email: info@fusion21.co.uk
             Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://www.fusion21.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://fusion21.delta-esourcing.com
      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
            Other type:: A consortium of organisations governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fusion21 Consultants Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71310000 - Consultative engineering and construction services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Fusion21 is developing a 4 year Framework for full provision of consultancy services across public sector estates. This procurement exercise is inviting tenders from all interested organisations who meet the criteria set out in the tender documentation for the Lots they wish to bid for. The framework is split into twelve (12) lots, these include:
Lot 1- Project Management and Multidisciplinary Consultancy Services and Lead Consultant
Lot 2- Stock Monitoring & Appraisal
Lot 3- Building Information Modelling
Lot 4- Architectural
Lot 5- Fit-Out Consultancy
Lot 6- Heritage and Conservation
Lot 7- Structural and Civil Engineering
Lot 8- Building Engineering Services
Lot 9- Facilities Management Consultancy
Lot 10- Principal Designer
Lot 11- Zero Carbon and Sustainability
Lot 12- Valuations       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 12
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination is permissible.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Project Management and Multidisciplinary Consultancy Services and Lead Consultant       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      72224000 - Project management consultancy services.
      73210000 - Research consultancy services.
      71315300 - Building surveying services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this Lot includes:
•Preparatory surveys
•Feasibility reports
•Cost planning, control and reporting (including budgeting and cashflow forecasting)
•Lead Consultant services
•Quantity surveying services
•Contract administration services
•Employer’s agent services
•Contract procurement and documentation
•Party wall surveys, obligations and agreements
•Compliance with planning and building regulations
•Building surveying services
•Clerk of works services
•Performance monitoring and reporting
•Risk management
•Project management services
•Programme planning
•Contract drafting and contract advice
•Expert Witness
•Fund Monitoring
•Pre-acquisition surveys
•Schedules of dilapidations
•Insurance reinstatement cost assessment
•Defects Diagnosis/Building Pathology
•Mediation
•Arbitration
•Multi Disciplinary Consultancy Services
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 45,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 1 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 1 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9HKPN6AR77       
II.2) Description Lot No. 2
      
      II.2.1) Title: Stock Monitoring & Appraisal       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71315300 - Building surveying services.
      71530000 - Construction consultancy services.
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this Lot includes:
•Disposal option surveys
•Technical audits
•Stock condition surveys
•Non Traditional Housing Surveys and remedial works specification
•Business planning
•Dilapidation surveys
•Schedule of condition
•SAP rating/ NHER analysis and Energy Performance Certificates (EPC’s)
•Air tightness surveys
•Decent home surveys and compliance
•Disability access audits
•HHSRS surveys and reports
•Fire Risk Assessment
•Drone surveys
•Software support
•Database modelling
•Property archetype grouping and analysis
•GIS integration
•Stock condition data and analysis
•Investment programme modelling
•Management information reporting
•Option appraisal modelling
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 2 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 2 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/QKJ3CN226Q       
II.2) Description Lot No. 3
      
      II.2.1) Title: Building Information Modelling       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71315100 - Building-fabric consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71530000 - Construction consultancy services.
      72220000 - Systems and technical consultancy services.
      72224000 - Project management consultancy services.
      72266000 - Software consultancy services.
      79415200 - Design consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this Lot includes:
•Organisation up-skilling through our Knowledge Transfer Workshops
•Development of pre-project requirements
•In-project consultancy roles
•Post-project support services
•Lead Appointed Party
•BIM Manager Services
•BIM Coordinator Services
•3D scan existing building (inside & outside) using LIDAR, Drones, etc. to build up point cloud.
•Build BIM Model (min. Level 2) to facilitate the golden thread of information.
•Overlay fire and other related data (e.g. compartments, detection, equipment).
•Host/provide a Common Data Environment & BIM model and provide access to the Member and authorised 3rd parties.
•Train Member staff in BIM.
•BIM Model interrogation and reporting
•BIM Model auditing
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 3 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 3 which can be accessed here
https://fusion21.delta-esourcing.com/respond/9233H588P7       
II.2) Description Lot No. 4
      
      II.2.1) Title: Architectural       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71000000 - Architectural, construction, engineering and inspection services.
      71200000 - Architectural and related services.
      71221000 - Architectural services for buildings.
      71251000 - Architectural and building-surveying services.
      71313420 - Environmental standards for construction.
      71220000 - Architectural design services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this Lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Architectural and drafting services
•BREEAM assessments
•Masterplanning
•Planning application and appeal
•Feasibility reports
•Building Information Modelling
•New build
•Alterations and extensions
•Penthouse extensions
•Hidden homes and infill sites
•Refurbishments
•Conversions
•Planning designs and applications
•Working details
•As built drawings
•Section 106 planning agreements
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 4 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 4 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/M2VBFX3PFX       
II.2) Description Lot No. 5
      
      II.2.1) Title: Fit-Out Consultancy       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79932000 - Interior design services.
      79933000 - Design support services.
      71200000 - Architectural and related services.
      71210000 - Advisory architectural services.
      71220000 - Architectural design services.
      71530000 - Construction consultancy services.
      71540000 - Construction management services.
      71541000 - Construction project management services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this Lot includes
•Strategic Definition And Preparation Of Brief
•Client Awareness and staff development workshops
•Utilisation Studies
•Workplace Strategy
•Space Strategy
•ICT Strategy
•HR Strategy
•Budget and cost requirements
•Concept design
•Detailed design
•Measured surveys
•Tendering
•Project co-ordination
•Associated CAD/BIM services
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 5 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932.
2.Complete the tender box (quality and price) for Lot 5 which can be accessed here
https://fusion21.delta-esourcing.com/respond/WM545WJ8U9       
II.2) Description Lot No. 6
      
      II.2.1) Title: Heritage and Conservation       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71315300 - Building surveying services.
      71251000 - Architectural and building-surveying services.
      71221000 - Architectural services for buildings.
      71313420 - Environmental standards for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Planning and Listed Buildings consent, building control approvals
•Liaison with Statutory and Regulatory bodies
•Historic site analysis and assessment
•Significance assessment
•Conservation Management Planning
•Heritage Master planning
•Conservation Area Appraisals
•Heritage planning advice
•Adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites
•Grants and funding
•Archaeology
•Clerk of works
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 6 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 6 which can be accessed here
https://fusion21.delta-esourcing.com/respond/M9WAMJ2B78       
II.2) Description Lot No. 7
      
      II.2.1) Title: Structural and Civil Engineering       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71250000 - Architectural, engineering and surveying services.
      71311000 - Civil engineering consultancy services.
      71312000 - Structural engineering consultancy services.
      71322000 - Engineering design services for the construction of civil engineering works.
      71322100 - Quantity surveying services for civil engineering works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•New build and refurbishment
•Pre-planning feasibility studies
•Structural design
•Building Information Modelling
•Sustainability
•Structural investigations and inspections
•Structural reports and advice
•Infrastructure engineering
•Site investigations
•Flood Impact Assessment
•Contaminated land investigation & risk assessment
•Contaminated land remediation
•Geo environmental investigations
•Transport
•Highways Works
•Drainage Engineering
•Sustainable drainage systems
•Temporary works design
•Tall structures
•Specialist capability in historic and listed buildings
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 7 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 7 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/6K3VN88T7U       
II.2) Description Lot No. 8
      
      II.2.1) Title: Building Engineering Services       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71315300 - Building surveying services.
      71250000 - Architectural, engineering and surveying services.
      71324000 - Quantity surveying services.
      71311000 - Civil engineering consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•New build and refurbishment
•Design
•Sustainability
•Lead Consultant services
•Building Information Modelling
•Plant audits
•Commissioning management
•Client training
•Commissioning systems
•Site surveys
•Feasibility studies
•Electronic permit to work
•Programming of works
•Electronic O & M documentation
•Heating Ventilation Air Conditioning (HVAC) design and installation management
•Maintenance service management
•Communication lines, telephones and IT networks (ICT)
•Fire detection and protection
•Lightning protection
•High Voltage (HV) and Low Voltage (LV) systems, distribution boards and switchgear
•Natural lighting, artificial lighting, and building facades
•Security and alarm systems
•Ventilation and refrigeration
•Water, drainage and plumbing
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 8 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 8 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/8H6D35SNAQ       
II.2) Description Lot No. 9
      
      II.2.1) Title: Facilities Management Consultancy       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      71315100 - Building-fabric consultancy services.
      71315210 - Building services consultancy services.
      72221000 - Business analysis consultancy services.
      72224000 - Project management consultancy services.
      79418000 - Procurement consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•Strategic review
•Strategy Development/options appraisal
•Stakeholder management
•Specification development
•Asset Capture
•FM Procurement
•Soft Landing
•Contract Audit
•Service review/health check
•Benchmarking/Soft market testing
•Interim Contract support
•FM Advice
•Defects Management
•Life Cycle Costing
•Energy advice
•Space Planning
•PFI/BSF consulting
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 9 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 9 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/ZWD496YP4T       
II.2) Description Lot No. 10
      
      II.2.1) Title: Principal Designer       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•Principal Designer Duties under the CDM Regulations 2015 (as may be superseded)
•Health & Safety Audits
•Competency Assessments
•Accident Investigation
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 10 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 10 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/V2478U9ZPB       
II.2) Description Lot No. 11
      
      II.2.1) Title: Zero Carbon and Sustainability       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71314300 - Energy-efficiency consultancy services.
      71313000 - Environmental engineering consultancy services.
      71313400 - Environmental impact assessment for construction.
      71313420 - Environmental standards for construction.
      71313450 - Environmental monitoring for construction.
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•Road map to net zero carbon consultancy
•Client Awareness and staff development workshops
•Stock Assessment, data analysis and archetyping
•Strategy development and data modelling (energy/EPC data)
•Corporate sustainability/ESG strategy
•Advice and identification of refurbishment options and building fabric solutions
•Grant/funding management
•Retrofit Co-ordinator (PAS 2035) roles
•Retrofit Assessor
•Retrofit designers
•Procurement and oversight of works
•Post installation monitoring
•Scoping Reviews
•Baseline Assessment
•Strategic options appraisal
•Building Fabric Solutions
•Renewables and Energy Sources
•Finance and Funding
•Tax Incentives
•Advisory support
•Change Management
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Quality / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 11 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 11 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/NGJ7Z5P4WP       
II.2) Description Lot No. 12
      
      II.2.1) Title: Valuations       
      Lot No: 12       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      71315200 - Building consultancy services.
      79419000 - Evaluation consultancy services.
      70332200 - Commercial property management services.
      70331000 - Residential property services.
      66171000 - Financial consultancy services.
      79111000 - Legal advisory services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The scope of this lot includes:
•Residential and commercial property valuations
•Portfolio valuations
•Leasehold valuations
•Enfranchisement
•Planning, development and funding
•Portfolio advisory
•Sales
•Option appraisal, feasibility and disposal
•Compulsory Purchase and compensation
•Loan security and finance
•Expert witness and litigation support
•Right to Buy
•Valuation Tribunal and Upper Tribunal
•Purchasers Agent
•Development Agent
•Due Diligence
•Masterplanning
•Development appraisals
•Sales and lettings
•Option appraisal, feasibility and disposal
•Taxation and Business Rates
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Cost / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: 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 for Lot 12 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
2.Complete the tender box (quality and price) for Lot 12 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/JBAJZ7WC59       


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:          
      Please refer to the procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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       
      Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts in accordance with Clause 24 of the Framework Agreement.          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 15           
         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: 08/07/2021 Time: 12:00
            
      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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/07/2021
         Time: 12:00
         Place:
         Fusion21, Puma Court, Kings Business Park, Knowsley, L34 1PJ
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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. Where the contract notice states a maximum of 15 operators to be appointed to the framework, this means up to 15 within each lot and geographical region. Fusion21 reserves the right to vary this number.

The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Consultative-engineering-and-construction-services./CU8P7VP932

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/CU8P7VP932
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          N/A, 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:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 21/05/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Prescot: Consultative engineering and construction services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Fusion21 Members Consortium
       Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
       Tel. +44 1514813000, Fax. +44 1514813001, Email: info@fusion21.co.uk
       Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://www.fusion21.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:
      Other type:: A consortium of organisations governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fusion21 Consultants Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71310000 - Consultative engineering and construction services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Fusion21 has developed a 4 year Framework for full provision of consultancy services across public sector estates. The framework is split into twelve (12) lots, these include:
Lot 1- Project Management and Multidisciplinary Consultancy Services and Lead Consultant
Lot 2- Stock Monitoring & Appraisal
Lot 3- Building Information Modelling
Lot 4- Architectural
Lot 5- Fit-Out Consultancy
Lot 6- Heritage and Conservation
Lot 7- Structural and Civil Engineering
Lot 8- Building Engineering Services
Lot 9- Facilities Management Consultancy
Lot 10- Principal Designer
Lot 11- Zero Carbon and Sustainability
Lot 12- Valuations

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                                                                                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 120,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Project Management and Multidisciplinary Consultancy Services and Lead Consultant   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            72224000 - Project management consultancy services.
            73210000 - Research consultancy services.
            71315300 - Building surveying 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 scope of this Lot includes:
•Preparatory surveys
•Feasibility reports
•Cost planning, control and reporting (including budgeting and cashflow forecasting)
•Lead Consultant services
•Quantity surveying services
•Contract administration services
•Employer’s agent services
•Contract procurement and documentation
•Party wall surveys, obligations and agreements
•Compliance with planning and building regulations
•Building surveying services
•Clerk of works services
•Performance monitoring and reporting
•Risk management
•Project management services
•Programme planning
•Contract drafting and contract advice
•Expert Witness
•Fund Monitoring
•Pre-acquisition surveys
•Schedules of dilapidations
•Insurance reinstatement cost assessment
•Defects Diagnosis/Building Pathology
•Mediation
•Arbitration
•Multi Disciplinary Consultancy Services

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Stock Monitoring & Appraisal   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71315300 - Building surveying services.
            71530000 - Construction consultancy services.
            71314300 - Energy-efficiency consultancy 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 scope of this Lot includes:
•Disposal option surveys
•Technical audits
•Stock condition surveys
•Non Traditional Housing Surveys and remedial works specification
•Business planning
•Dilapidation surveys
•Schedule of condition
•SAP rating/ NHER analysis and Energy Performance Certificates (EPC’s)
•Air tightness surveys
•Decent home surveys and compliance
•Disability access audits
•HHSRS surveys and reports
•Fire Risk Assessment
•Drone surveys
•Software support
•Database modelling
•Property archetype grouping and analysis
•GIS integration
•Stock condition data and analysis
•Investment programme modelling
•Management information reporting
•Option appraisal modelling

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Building Information Modelling   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71315100 - Building-fabric consultancy services.
            71315200 - Building consultancy services.
            71315210 - Building services consultancy services.
            71530000 - Construction consultancy services.
            72220000 - Systems and technical consultancy services.
            72224000 - Project management consultancy services.
            72266000 - Software consultancy services.
            79415200 - Design consultancy 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 scope of this Lot includes:
•Organisation up-skilling through our Knowledge Transfer Workshops
•Development of pre-project requirements
•In-project consultancy roles
•Post-project support services
•Lead Appointed Party
•BIM Manager Services
•BIM Coordinator Services
•3D scan existing building (inside & outside) using LIDAR, Drones, etc. to build up point cloud.
•Build BIM Model (min. Level 2) to facilitate the golden thread of information.
•Overlay fire and other related data (e.g. compartments, detection, equipment).
•Host/provide a Common Data Environment & BIM model and provide access to the Member and authorised 3rd parties.
•Train Member staff in BIM.
•BIM Model interrogation and reporting
•BIM Model auditing

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Architectural   
      Lot No:4

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71000000 - Architectural, construction, engineering and inspection services.
            71200000 - Architectural and related services.
            71221000 - Architectural services for buildings.
            71251000 - Architectural and building-surveying services.
            71313420 - Environmental standards for construction.
            71220000 - Architectural design 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 scope of this Lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Architectural and drafting services
•BREEAM assessments
•Masterplanning
•Planning application and appeal
•Feasibility reports
•Building Information Modelling
•New build
•Alterations and extensions
•Penthouse extensions
•Hidden homes and infill sites
•Refurbishments
•Conversions
•Planning designs and applications
•Working details
•As built drawings
•Section 106 planning agreements

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Fit-Out Consultancy   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79932000 - Interior design services.
            79933000 - Design support services.
            71200000 - Architectural and related services.
            71210000 - Advisory architectural services.
            71220000 - Architectural design services.
            71530000 - Construction consultancy services.
            71540000 - Construction management services.
            71541000 - Construction project management 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 scope of this Lot includes
•Strategic Definition And Preparation Of Brief
•Client Awareness and staff development workshops
•Utilisation Studies
•Workplace Strategy
•Space Strategy
•ICT Strategy
•HR Strategy
•Budget and cost requirements
•Concept design
•Detailed design
•Measured surveys
•Tendering
•Project co-ordination
•Associated CAD/BIM services

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Heritage and Conservation   
      Lot No:6

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71315300 - Building surveying services.
            71251000 - Architectural and building-surveying services.
            71221000 - Architectural services for buildings.
            71313420 - Environmental standards for construction.


      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 scope of this lot includes:
•RIBA Plan of Work 2020 Services
•Building Information Modelling
•Sustainability
•Principal Designer
•Contract Administration
•Employers Agent
•Planning and Listed Buildings consent, building control approvals
•Liaison with Statutory and Regulatory bodies
•Historic site analysis and assessment
•Significance assessment
•Conservation Management Planning
•Heritage Master planning
•Conservation Area Appraisals
•Heritage planning advice
•Adaptation, restoration, protection and rehabilitation of monuments, buildings, groups of buildings and sites
•Grants and funding
•Archaeology
•Clerk of works

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Structural and Civil Engineering   
      Lot No:7

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71250000 - Architectural, engineering and surveying services.
            71311000 - Civil engineering consultancy services.
            71312000 - Structural engineering consultancy services.
            71322000 - Engineering design services for the construction of civil engineering works.
            71322100 - Quantity surveying services for civil engineering works.


      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 scope of this lot includes:
•New build and refurbishment
•Pre-planning feasibility studies
•Structural design
•Building Information Modelling
•Sustainability
•Structural investigations and inspections
•Structural reports and advice
•Infrastructure engineering
•Site investigations
•Flood Impact Assessment
•Contaminated land investigation & risk assessment
•Contaminated land remediation
•Geo environmental investigations
•Transport
•Highways Works
•Drainage Engineering
•Sustainable drainage systems
•Temporary works design
•Tall structures
•Specialist capability in historic and listed buildings

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Building Engineering Services   
      Lot No:8

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71315300 - Building surveying services.
            71250000 - Architectural, engineering and surveying services.
            71324000 - Quantity surveying services.
            71311000 - Civil engineering consultancy 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 scope of this lot includes:
•New build and refurbishment
•Design
•Sustainability
•Lead Consultant services
•Building Information Modelling
•Plant audits
•Commissioning management
•Client training
•Commissioning systems
•Site surveys
•Feasibility studies
•Electronic permit to work
•Programming of works
•Electronic O & M documentation
•Heating Ventilation Air Conditioning (HVAC) design and installation management
•Maintenance service management
•Communication lines, telephones and IT networks (ICT)
•Fire detection and protection
•Lightning protection
•High Voltage (HV) and Low Voltage (LV) systems, distribution boards and switchgear
•Natural lighting, artificial lighting, and building facades
•Security and alarm systems
•Ventilation and refrigeration
•Water, drainage and plumbing

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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:Facilities Management Consultancy   
      Lot No:9

      II.2.2) Additional CPV code(s):
            71315100 - Building-fabric consultancy services.
            71315210 - Building services consultancy services.
            72221000 - Business analysis consultancy services.
            72224000 - Project management consultancy services.
            79418000 - Procurement consultancy 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 scope of this lot includes:
•Strategic review
•Strategy Development/options appraisal
•Stakeholder management
•Specification development
•Asset Capture
•FM Procurement
•Soft Landing
•Contract Audit
•Service review/health check
•Benchmarking/Soft market testing
•Interim Contract support
•FM Advice
•Defects Management
•Life Cycle Costing
•Energy advice
•Space Planning
•PFI/BSF consulting

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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. 10)
   

      II.2.1) Title:Principal Designer   
      Lot No:10

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            71317210 - Health and safety consultancy 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 scope of this lot includes:
•Principal Designer Duties under the CDM Regulations 2015 (as may be superseded)
•Health & Safety Audits
•Competency Assessments
•Accident Investigation

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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. 11)
   

      II.2.1) Title:Zero Carbon and Sustainability   
      Lot No:11

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71314300 - Energy-efficiency consultancy services.
            71313000 - Environmental engineering consultancy services.
            71313400 - Environmental impact assessment for construction.
            71313420 - Environmental standards for construction.
            71313450 - Environmental monitoring for construction.
            90700000 - Environmental 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 scope of this lot includes:
•Road map to net zero carbon consultancy
•Client Awareness and staff development workshops
•Stock Assessment, data analysis and archetyping
•Strategy development and data modelling (energy/EPC data)
•Corporate sustainability/ESG strategy
•Advice and identification of refurbishment options and building fabric solutions
•Grant/funding management
•Retrofit Co-ordinator (PAS 2035) roles
•Retrofit Assessor
•Retrofit designers
•Procurement and oversight of works
•Post installation monitoring
•Scoping Reviews
•Baseline Assessment
•Strategic options appraisal
•Building Fabric Solutions
•Renewables and Energy Sources
•Finance and Funding
•Tax Incentives
•Advisory support
•Change Management

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Quality / 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. 12)
   

      II.2.1) Title:Valuations   
      Lot No:12

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            71315200 - Building consultancy services.
            79419000 - Evaluation consultancy services.
            70332200 - Commercial property management services.
            70331000 - Residential property services.
            66171000 - Financial consultancy services.
            79111000 - Legal advisory 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 scope of this lot includes:
•Residential and commercial property valuations
•Portfolio valuations
•Leasehold valuations
•Enfranchisement
•Planning, development and funding
•Portfolio advisory
•Sales
•Option appraisal, feasibility and disposal
•Compulsory Purchase and compensation
•Loan security and finance
•Expert witness and litigation support
•Right to Buy
•Valuation Tribunal and Upper Tribunal
•Purchasers Agent
•Development Agent
•Due Diligence
•Masterplanning
•Development appraisals
•Sales and lettings
•Option appraisal, feasibility and disposal
•Taxation and Business Rates

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Cost / 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: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: 2021/S 000-011377
      
   

   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: 1    
   Lot Number: 1    
   Title: Project Management and Multidisciplinary Consultancy Services and Lead Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 72
         Number of tenders received from SMEs: 55 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 72          
         Number of tenders received by electronic means: 72

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Anderton Gables Ltd, 6384221
             Thomas Carter House, 1-2 Cross Street, Preston, PR1 3LT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Arcus Consulting LLP, OC304735
             3rd Floor Dalton House, Dane Road, Sale, M33 7AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Baker Mallett LLP, OC305683
             The Base, Unit 407 Dallam Lane, Warrington, WA2 7NG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Banks Long & Co Limited, 07685573
             12 Tentercroft Street, Lincoln, LN5 7DB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Concertus Design & Property Consultants Ltd, 08366439
             2 Friars Bridge Road, Ipswich, IP1 1RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             The Fulker Consultancy Ltd, 4668055
             China Works Black Prince Road, Vauxhall, SE1 7SJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Kier Business Services Limited, 3679828
             2nd Floor, Optimum House, Clippers Quay, Salford, M50 3XP, 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: 45,000,000          
         Total value of the contract/lot: 45,000,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 1    
   Title: Project Management and Multidisciplinary Consultancy Services and Lead Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 72
         Number of tenders received from SMEs: 55 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 72          
         Number of tenders received by electronic means: 72

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MacConvilles Ltd, 3620834
             Heversham House, 18-22 Boundary Road, Hove, East Sussex, BN3 4EF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Michael Dyson Associates Ltd, 2903668
             West House, Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Mott MacDonald Limited, 1243967
             Mott Macdonald House, 8-10 Sydenham Road, Croydon, Surrey, CR0 2EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Poole Dick Associates Limited, 1477221
             Waterfold Park, Bury, BL9 7BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Pulse Consult LTD, 11619729
             83 Friar Gate, Derby, DE1 1FL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             RPP Limited T/A Rex Procter and Partners, 07159352
             First Floor Riverside West, Whitehall Road, Leeds, LS1 4AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             RPS Consulting Services Ltd, 01470149
             20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             SDA Consulting LLP, OC336039
             Edward House Deva City Office Park, Trinity Way, Manchester, M3 7BE, 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: 45,000,000          
         Total value of the contract/lot: 45,000,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 1    
   Title: Project Management and Multidisciplinary Consultancy Services and Lead Consultant

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 72
         Number of tenders received from SMEs: 55 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 72          
         Number of tenders received by electronic means: 72

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             WT Partnership Limited, 01130989
             Amp House, Dingwall Road, Croydon, Surrey, CR0 2LX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Tetra Tech Limited, 01959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, 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: 45,000,000          
         Total value of the contract/lot: 45,000,000
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 2    
   Title: Stock Monitoring & Appraisal

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 20          
         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)
             Anderton Gables Ltd, 6384221
             Thomas Carter House, 1-2 Cross Street, Preston, PR1 3LT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcus Consulting LLP, OC304735
             3rd Floor Dalton House, Dane Road, Sale, M33 7AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Faithorn Farrell Timms LLP, OC300053
             Central Court, 1b Knoll Rise, Orpington, Kent, BR6 0JA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Keegans Ltd, 04547050
             Studio 3 Bluelion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             McAndrew Martin Ltd, 06844071
             1 Swan Wood Park, Gun Hill, Horam, West Sussex, TN21 0LL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Moore MacDonald & Partners Ltd, NI055444
             Surveyor House Nr7 Balloo Court, Balloo Drive, Bangor, Down, BT19 7AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Michael Dyson Associates Ltd, 2903668
             West House, Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Pellings LLP, OC326178
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Pennington Choices Limited, 3945920
             Brookfield House Tarporley Road, Norcott Brook, Warrington, WA4 4EA, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 2    
   Title: Stock Monitoring & Appraisal

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 20          
         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)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Rand Associates Consultancy Services Limited, 04394343
             Bell House, 107 Bell Street, Reigate, Surrey, RH2 7JB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Rapleys LLP, OC308311
             Unit 3a, The Incubator The Boulevard, Enterprise Campus, Alconbury Weald, Huntingdon, PE28 4XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             RPS Consulting Services Ltd, 01470149
             20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Watts Group Limited, 05728557
             1 Great Tower Street, London, EC3R 5AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Tetra Tech Limited, 1959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: 3    
   Title: Building Information Modelling

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 17          
         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)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             BIM Academy (Enterprises) Limited, 07897382
             Cooper's Studios, Westgate Road, Newcastle Upon Tyne, NE1 3NN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BIMBox Associates Limited, 08768220
             Origin, 70 Spring Gardens, Manchester, Greater Manchester, M2 2BQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             BPTW LLP, OC301697
             40 Norman Road Norman Road, Greenwich, London, SE10 9QX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             CBRE Limited, 03536032
             St Martin's Court, 10 Paternoster Row, London, EC4M 7HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             ECD Architects Ltd, 03028104
             Studio 3 Bluelion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Pellings LLP, OC326178
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.7)

   Contract No: 7    
   Lot Number: 3    
   Title: Building Information Modelling

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 17
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 17          
         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)
             Pozzoni Architecture Ltd, 9412906
             Woodville House, 2 Woodville Road, Altrincham, Cheshire, WA14 2FH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Turner & Townsend Project Management Limited, 2165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             TYPSA Limited, 10750310
             C/O Pkf Littlejohn 15 Westferry Circus, Canary Wharf, London, E14 4HD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Waldeck Consulting Limited, 10337437
             Wolverton Lodge Mews High Street, Hermitage, Thatcham, Berkshire, RG18 9RE, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.8)

   Contract No: 8    
   Lot Number: 4    
   Title: Architectural

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 64
         Number of tenders received from SMEs: 54 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 64          
         Number of tenders received by electronic means: 64

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Aew Architects & Designers Ltd, 02697637
             Trinity Court, 16 John Dalton Street, Manchester, M2 6HY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Allford Hall Monaghan Morris Ltd, 7155322
             Morelands, 5 - 23 Old Street, London, EC1V 9HL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Arcus Consulting LLP, OC304735
             3rd Floor Dalton House, Dane Road, Sale, M33 7AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Bernard Taylor Partnership Ltd, 4168609
             Elizabeth House, 486 Didsbury Road, Heaton Mersey, Stockport, Cheshire, SK4 3BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Bowker Sadler Partnership Limited T/A Bowker Sadler Architecture, 01851192
             Hatherlow House, Hatherlow, Romiley Stockport, Cheshire, SK6 3DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Buttress Architects Ltd, 5363573
             41 Bengal Street, Manchester, M4 6AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Concertus Design & Property Consultants Ltd, 08366439
             2 Friars Bridge Road, Ipswich, IP1 1RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Ellis Williams Architects Limited, 03818904
             Wellfield, Chester Road Preston Brook, Runcorn, Cheshire, WA7 3BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Halsall Lloyd LLP, OC333403
             98 Duke Street, Liverpool, Merseyside, L1 5AG, 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: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

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

Award Of Contract (No.9)

   Contract No: 9    
   Lot Number: 4    
   Title: Architectural

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 64
         Number of tenders received from SMEs: 54 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 64          
         Number of tenders received by electronic means: 64

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Jennings Design Associates Ltd, 04675432
             Library Chambers, 48 Union, Street, Hyde, Cheshire, SK14 1ND, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Kier Business Services Limited, 3679828
             2nd Floor, Optimum House, Clippers Quay, Salford, M50 3XP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Michael Dyson Associates Ltd, 2903668
             West House, Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             NORR Consultants Limited, 07388211
             Suite 4, Enterprise House Chivers Way, Histon, Cambridge, CB24 9ZR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Oberlanders Architects LLP, SO300680
             16 Melville Street, Edinburgh, EH3 7NS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Paddock Johnson Partnership Limited, 06684275
             Studio, 2 Bath Street, Port Sunlight, Wirral, CH62 4UJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Pozzoni Architecture Ltd, 9412906
             Woodville House, 2 Woodville Road, Altrincham, Cheshire, WA14 2FH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Purcell Architecture Limited, 11310436
             15 Bermondsey Square, London, SE1 3UN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Quattro Design Architects Ltd, 4767576
             Matthews Warehouse High Orchard Street, Gloucester Quays, Gloucester, GL2 5QY, 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: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

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

Award Of Contract (No.10)

   Contract No: 10    
   Lot Number: 4    
   Title: Architectural

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 64
         Number of tenders received from SMEs: 54 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 64          
         Number of tenders received by electronic means: 64

      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
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Triangle Architects Ltd, 3031156
             Raven House, 113 Fairfield Street, Manchester, M12 6EL, 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: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

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

Award Of Contract (No.11)

   Contract No: 11    
   Lot Number: 5    
   Title: Fit-Out Consultancy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 12          
         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)
             Aegis Property Consultancy Limited, 06886444
             5 Park Place, Leeds, LS1 2RU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Capital Property & Construction Consultants Ltd, 05848184
             The Brentano Suite Prospect House, 2 Athenaeum Road, London, N20 9AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Concertus Design & Property Consultants Ltd, 8366439
             2 Friars Bridge Road, Ipswich, IP1 1RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Cushman & Wakefield Debenham Tie Leung Limited, 02757768
             125 Old Broad Street, London, EC2N 1AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Fraser Brown MacKenna Ltd, 3817059
             15-18 Featherstone Street, London, EC1Y 8SL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Ingleton Wood LLP, OC306572
             10-12 Alie Street, London, E1 8DE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             McAndrew Martin Ltd, 06844071
             1 Swan Wood Park, Gun Hill, Horam, East Sussex, TN21 0LL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             NPS Property Consultants Limited, 02888194
             280 Fifers Lane, Norwich, NR6 6EQ, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.12)

   Contract No: 12    
   Lot Number: 5    
   Title: Fit-Out Consultancy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 12          
         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)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Space Solutions (Scotland) Limited, SC322119
             Bishop House, 50 Carden Place, Aberdeen, AB10 1UP, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.13)

   Contract No: 13    
   Lot Number: 6    
   Title: Heritage and Conservation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         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)
             Ainsley Gommon Architects Ltd, 4187948
             1 Price Street, Birkenhead, Merseyside, CH41 6JN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Bernard Taylor Partnership Ltd, 4168609
             Elizabeth House, 486 Didsbury Road, Heaton Mersey, Stockport, Cheshire, SK4 3BS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Buttress Architects Ltd, 05363573
             41 Bengal Street, Manchester, M4 6AF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Clague LLP, OC335948
             Camburgh House, 27 New Dover Road, Canterbury, Kent, CT1 3DN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Feilden Clegg Bradley Studios LLP, OC301169
             Bath Brewery, Toll Bridge Road, Bath, BA1 7DE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Halsall Lloyd LLP, OC333403
             98 Duke Street, Liverpool, Merseyside, L1 5AG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             McAndrew Martin Ltd, 06844071
             1 Swan Wood Park, Gun Hill, Horam, East Sussex, TN21 0LL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Montagu Evans LLP, OC312072
             70 St Mary Axe, London, EC3A 8BE, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.14)

   Contract No: 14    
   Lot Number: 6    
   Title: Heritage and Conservation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 15          
         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)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Purcell Architecture Limited, 11310436
             15 Bermondsey Square, London, SE1 3UN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Watts Group Limited, 05728557
             1 Great Tower Street, London, EC3R 5AA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Will Rudd Davidson (Glasgow) Ltd, SC206271
             43 York Place, Edinburgh, Midlothian, EH1 3HP, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.15)

   Contract No: 15    
   Lot Number: 7    
   Title: Structural and Civil Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 35
         Number of tenders received from SMEs: 27 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 35          
         Number of tenders received by electronic means: 35

      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 Baxter Ltd, 6600598
             75 Cowcross Street, London, EC1M 6EL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Alan Johnston Partnership Limited, 13204766
             4th Floor 1 Dale Street, Liverpool, L2 2ET, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Buro Happold Engineers Limited, 2005893
             Camden Mill, Lower Bristol Road, Bath, BA2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Byrne Looby Partners (UK) Ltd, 07991280
             Abbott House, Pilgrims Court, Sydenham Road, Guildford, Surrey, GU1 3RX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Civic Engineers Ltd, 06824088
             Carver's Warehouse, 77 Dale Street, Manchester, M1 2HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Concertus Design & Property Consultants Ltd, 08366439
             2 Friars Bridge Road, Ipswich, IP1 1RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Curtins Consulting Limited, 2054159
             51-55 Tithebarn Street, Liverpool, L2 2SB, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.16)

   Contract No: 16    
   Lot Number: 7    
   Title: Structural and Civil Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 35
         Number of tenders received from SMEs: 27 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 35          
         Number of tenders received by electronic means: 35

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Davies Maguire Limited, 07370252
             30 City Road, London, EC1Y 2AB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Frankham Consultancy Group Limited, 4409614
             Irene House, Five Arches Business Park, Sidcup, Kent, DA14 5AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Heyne Tillett Steel Ltd, 07155581
             16 Chart Street, London, N1 6DD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             JNP Group Consulting Engineers Ltd t/a JNP Group, 10234789
             Bourbon Court, Nightingales Corner, Little Chalfont, Buckinghamshire, HP7 9QS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Mason Clark Associates Ltd, 2537113
             Church House, 44 Newland Park, Hull, HU5 2DW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Michael Dyson Associates Ltd, 2903668
             West House, Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Price & Myers LLP, OC303989
             37 Alfred Place, London, WC1E 7DP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Shape Consulting Engineers Ltd, 10275307
             Gdh House Green Lane, Old Swan, Liverpool, L13 7GD, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.17)

   Contract No: 17    
   Lot Number: 7    
   Title: Structural and Civil Engineering

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 35
         Number of tenders received from SMEs: 27 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 35          
         Number of tenders received by electronic means: 35

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Wardell Armstrong LLP, OC307138
             Sir Henry Doulton House Forge Lane, Etruria, Stoke-On-Trent, Staffordshire, ST1 5BD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Will Rudd Davidson (Edinburgh) Ltd, SC206272
             43 York Place, Edinburgh, Midlothian, EH1 3HP, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.18)

   Contract No: 18    
   Lot Number: 8    
   Title: Building Engineering Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: 24 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 33          
         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)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Buro Happold Engineers Limited, 2005893
             Camden Mill, Lower Bristol Road, Bath, BA2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Butler & Young Services Ltd t/a Butler & Young Associates, 02413231
             1st Floor, 54-62 Station Road East, Oxted, Surrey, RH8 0PG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Concertus Design & Property Consultants Ltd, 08366439
             2 Friars Bridge Road, Ipswich, IP1 1RR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Couch Perry & Wilkes LLP, OC317478
             Interface 100 Arleston Way, Solihull, Birmingham, B90 4LH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Cushman & Wakefield Debenham Tie Leung Limited, 02757768
             125 Old Broad Street, London, EC2N 1AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             David Miles & Partners Limited, 3119533
             8 Holgate Court, Western Road, Romford, Essex, RM1 3JS, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.19)

   Contract No: 19    
   Lot Number: 8    
   Title: Building Engineering Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: 24 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 33          
         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)
             ECS Consultants Limited, 4556533
             148 Stockport Road, Cheadle, Cheshire, SK8 2DP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             EP Building Services Ltd, 3968306
             Alpine House 16a Alpine Street, Old Basford, Nottingham, NG6 0HS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Frankham Consultancy Group Limited, 4409614
             Irene House, Five Arches Business Park, Sidcup, Kent, DA14 5AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Malcolm Hollis LLP, OC314362
             Battersea Studios, 80-82 Silverthorne Road, London, SW8 3HE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Max Fordham LLP, OC300026
             42/43 Gloucester Crescent, London, NW1 7PE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Services Design Solution Ltd, 5137435
             20-23 Mary Seacole Road, The Millfields, Plymouth, PL1 3JY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Steven A Hunt & Associates Limited, 4473341
             48-52 Penny Lane, Mossley Hill, Liverpool, L18 1DG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Waldeck Consulting Limited, 10337437
             Wolverton Lodge Mews High Street, Hermitage, Thatcham, Berkshire, RG18 9RE, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.20)

   Contract No: 20    
   Lot Number: 8    
   Title: Building Engineering Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: 24 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 33          
         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: No
         
         Contractor (No.1)
             Tetra Tech Limited, 01959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, 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: 6,000,000          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

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

Award Of Contract (No.21)

   Contract No: 21    
   Lot Number: 9    
   Title: Facilities Management Consultancy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 13          
         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)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Avison Young (UK) Limited, 6382509
             3 Brindley Place, Birmingham, B1 2JB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Best Practice Group plc, 3903926
             OFFICE 16, Crows Nest Business Park Ashton Road, Billinge, Wigan, Lancashire, WN5 7XX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Buro Happold Engineers Limited, 2005893
             Camden Mill, Lower Bristol Road, Bath, BA2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Eric Wright FM Ltd, 04540287
             Sceptre House,, Sceptre Way,, Bamber Bridge,, Preston, PR5 6AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Larch Consulting Limited, 3037995
             95 Upper Holly Walk, Leamington Spa, Warwickshire, CV32 4JS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             McAndrew Martin Ltd, 06844071
             1 Swan Wood Park, Gun Hill, Horam, East Sussex, TN21 0LL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Oxhey Hall Consulting Ltd, 08155473
             Wellington House, 273-275 High Street, London Colney, Hertfordshire, AL2 1HA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             P.M.L (Programme Management) Limited, 03095575
             The Broadgate Tower, 20 Primrose Street, London, EC2A 2EW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Rand Associates Consultancy Services Limited, 04394343
             Bell House, 107 Bell Street, Reigate, Surrey, RH2 7JB, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.22)

   Contract No: 22    
   Lot Number: 9    
   Title: Facilities Management Consultancy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 13          
         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)
             Space Solutions (Scotland) Limited, SC322119
             Bishop House, 50 Carden Place, Aberdeen, AB10 1UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Troup Bywaters + Anders Ltd, Partnership
             183 Eversholt St, London, NW1 1BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Turner & Townsend Project Management Limited, 2165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, 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: 4,000,000          
         Total value of the contract/lot: 4,000,000
         Currency: GBP

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

Award Of Contract (No.23)

   Contract No: 23    
   Lot Number: 10    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 53
         Number of tenders received from SMEs: 41 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 53          
         Number of tenders received by electronic means: 53

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Anderton Gables Ltd, 6384221
             Thomas Carter House, 1-2 Cross Street, Preston, PR1 3LT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Arcus Consulting LLP, OC304735
             3rd Floor Dalton House, Dane Road, Sale, M33 7AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Baker Mallett LLP, OC305683
             The Base, Unit 407 Dallam Lane, Warrington, WA2 7NG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Daniel Connal LLP, OC310651
             780 The Crescent, Colchester Business Park, Colchester, Essex, CO4 9YQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Glancy Nicholls Architects Ltd, 5141809
             The Engine Room, 2 Newhall Square, Birmingham, B3 1RU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Keelagher Okey Associates Ltd, 4390026
             26 Museum Street, Warrington, Cheshire, WA1 1HU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             The Fulker Consultancy Ltd, 4668055
             China Works Black Prince Road, Vauxhall, London, SE1 7SJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Michael Dyson Associates Ltd, West House
             Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Paddock Johnson Partnership Limited, 06684275
             Studio, 2 Bath Street, Port Sunlight, Wirral, CH62 4UJ, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.24)

   Contract No: 24    
   Lot Number: 10    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 53
         Number of tenders received from SMEs: 41 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 53          
         Number of tenders received by electronic means: 53

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pellings LLP, OC326178
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Prosurv Consult Limited, 5189532
             4 St. Paul's Churchyard, London, EC4M 8AY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Poole Dick Associates Limited, 1477221
             Poole Dick Associates, Waterfold Park, Bury, Lancashire, BL9 7BR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Pulse Consult LTD, 11619729
             83 Friar Gate, Derby, DE1 1FL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             RPP Limited T/A Rex Procter and Partners, 07159352
             First Floor Riverside West, Whitehall Road, Leeds, LS1 4AW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             WT Partnership Limited, 01130989
             Amp House, Dingwall Road, Croydon, Surrey, CR0 2LX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Turner & Townsend Project Management Limited, 2165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Watts Group Limited, 05728557
             1 Great Tower Street, London, EC3R 5AA, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.25)

   Contract No: 25    
   Lot Number: 10    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 53
         Number of tenders received from SMEs: 41 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 53          
         Number of tenders received by electronic means: 53

      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 Limited, 11283467
             Unit 2.11 Hollinwood Business Centre, Albert Street, Failsworth, Oldham, OL8 3QL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Tetra Tech Limited, 01959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

Award Of Contract (No.26)

   Contract No: 26    
   Lot Number: 11    
   Title: Zero Carbon and Sustainability

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: 22 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 33          
         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)
             Arcadis LLP, OC368843
             80 Fenchurch Street, London, EC3M 4BY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Atkins Ltd, 688424
             Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Baily Garner LLP, OC305198
             146-148 Eltham Hill, London, SE9 5DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Buro Happold Engineers Limited, 2005893
             Camden Mill, Lower Bristol Road, Bath, BA2 3DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             calfordseaden LLP, OC315838
             Devonshire House, 60 Goswell Road, London, EC1M 7AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Couch Perry & Wilkes LLP, OC317478
             Interface 100 Arleston Way, Solihull, Birmingham, B90 4LH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             ECD Architects Ltd, 03028104
             Studio 3 Bluelion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Enzen Global Limited, 05704180
             Unit No 11 Blythe Valley Innovation Centre, Central Boulevard, Solihull, B90 8AJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Feilden Clegg Bradley Studios LLP, OC301169
             Bath Brewery, Toll Bridge Road, Bath, BA1 7DE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Frankham Consultancy Group Limited, 4409614
             Irene House, Five Arches Business Park, Sidcup, Kent, DA14 5AE, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.27)

   Contract No: 27    
   Lot Number: 11    
   Title: Zero Carbon and Sustainability

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 33
         Number of tenders received from SMEs: 22 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 33          
         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)
             GEP Environmental Limited, 5057066
             Unit 5, Basepoint Business Centre, 1 Winnall Valley Road, Winchester, SO23 0LD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             McBains Ltd, 03094139
             5th Floor 26 Finsbury Square, London, EC2A 1DS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Michael Dyson Associates Ltd, 2903668
             West House, Meltham Road, Honley, West Yorkshire, HD9 6LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Pellings LLP, OC326178
             Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Pick Everard, Partnership
             322 High Holborn, London, WC1V 7PB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Ridge and Partners LLP, OC309402
             The Cowyards Blenheim Park, Oxford Road, Woodstock, Oxfordshire, OX20 1QR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Turner & Townsend Project Management Limited, 2165592
             Low Hall Calverley Lane, Horsforth, Leeds, LS18 4GH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             TWC Consulting [Sustainable Property Consultants] Ltd, 8096054
             Suite 1, 1st Floor Aintree Buildings Aintree Way, Aintree Racecourse Retail & Bus Pk, Liverpool, L9 5AQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Warmworks Scotland LLP, SO305326
             1 Carmichael Place, Leith, Edinburgh, Midlothian, EH6 5PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Tetra Tech Limited, 1959704
             3 Sovereign Square, Sovereign Street, Leeds, LS1 4ER, 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: 20,000,000          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

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

Award Of Contract (No.28)

   Contract No: 28    
   Lot Number: 12    
   Title: Valuations

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/09/2021

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 11          
         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)
             Align Property Partners Ltd, 10385861
             County Hall, Racecourse Lane, Northallerton, North Yorkshire, DL7 8AD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Avison Young (UK) Limited, 6382509
             3 Brindley Place, Birmingham, B1 2JB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Bruton Knowles LLP, OC418768
             Olympus House Olympus Park, Quedgeley, Gloucester, Gloucestershire, GL2 4NF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Carter Jonas LLP, OC304417
             One, Chapel Place, London, W1G 0BG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             CBRE Limited, 03536032
             St Martin's Court, 10 Paternoster Row, London, EC4M 7HP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Cushman & Wakefield Debenham Tie Leung Limited, 02757768
             125 Old Broad Street, London, EC2N 1AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             McAndrew Martin Ltd, 06844071
             1 Swan Wood Park, Gun Hill, Horam, East Sussex, TN21 0LL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Montagu Evans LLP, OC312072
             70 St Mary Axe, London, EC3A 8BE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             NPS Property Consultants Limited, 02888194
             280 Fifers Lane, Norwich, NR6 6EQ, United Kingdom
             Email: bids@norsegroup.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.10)
             Quod Limited, 07170188
             8-14 Meard Street, London, W1F 0EQ, 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: 2,000,000          
         Total value of the contract/lot: 2,000,000
         Currency: GBP

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

   VI.3) Additional information: The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/
To view this notice, please click here:
https://fusion21.delta-esourcing.com/delta/viewNotice.html?noticeId=626083578

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          N/A
          N/A, 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 review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 06/10/2021