<?xml version="1.0" encoding="UTF-8"?><TED_EXPORT xmlns:xlink="http://www.w3.org/1999/xlink" xmlns:xsi="http://www.w3.org/2001/XMLSchema-instance" xmlns="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication" xmlns:n2016="http://publications.europa.eu/resource/schema/ted/2016/nuts" xsi:schemaLocation="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication TED_EXPORT.xsd" VERSION="R2.0.9.S03.E01" DOC_ID="587043-2020" EDITION="2020237"><TECHNICAL_SECTION><RECEPTION_ID>20-606584-001</RECEPTION_ID><DELETION_DATE>20210311</DELETION_DATE><FORM_LG_LIST>EN </FORM_LG_LIST><COMMENTS>From Convertor</COMMENTS></TECHNICAL_SECTION><LINKS_SECTION><XML_SCHEMA_DEFINITION_LINK xlink:type="simple" xlink:href="http://ted.europa.eu" xlink:title="TED WEBSITE"/><OFFICIAL_FORMS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><FORMS_LABELS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><ORIGINAL_CPV_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><ORIGINAL_NUTS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/></LINKS_SECTION><CODED_DATA_SECTION><REF_OJS><COLL_OJ>S</COLL_OJ><NO_OJ>237</NO_OJ><DATE_PUB>20201204</DATE_PUB></REF_OJS><NOTICE_DATA><NO_DOC_OJS>2020/S 237-587043</NO_DOC_OJS><URI_LIST><URI_DOC LG="EN">http://ted.europa.eu/udl?uri=TED:NOTICE:587043-2020:TEXT:EN:HTML</URI_DOC></URI_LIST><LG_ORIG>EN</LG_ORIG><ISO_COUNTRY VALUE="UK"/><IA_URL_GENERAL>http://www.gov.uk/government/organisations/department-for-education</IA_URL_GENERAL><ORIGINAL_CPV CODE="71315300">Building surveying services</ORIGINAL_CPV><n2016:PERFORMANCE_NUTS CODE="UKK">SOUTH WEST (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKJ">SOUTH EAST (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKI">LONDON</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKH">EAST OF ENGLAND</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKG">WEST MIDLANDS (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKF">EAST MIDLANDS (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKE">YORKSHIRE AND THE HUMBER</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKD">NORTH WEST (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:PERFORMANCE_NUTS CODE="UKC">NORTH EAST (ENGLAND)</n2016:PERFORMANCE_NUTS><n2016:CA_CE_NUTS CODE="UK">UNITED KINGDOM</n2016:CA_CE_NUTS><n2016:TENDERER_NUTS CODE="UK">UNITED KINGDOM</n2016:TENDERER_NUTS><VALUES><VALUE TYPE="PROCUREMENT_TOTAL" CURRENCY="GBP">43500000.00</VALUE></VALUES><REF_NOTICE><NO_DOC_OJS>2020/S 032-076475</NO_DOC_OJS></REF_NOTICE></NOTICE_DATA><CODIF_DATA><DS_DATE_DISPATCH>20201201</DS_DATE_DISPATCH><AA_AUTHORITY_TYPE CODE="1">Ministry or any other national or federal authority</AA_AUTHORITY_TYPE><TD_DOCUMENT_TYPE CODE="7">Contract award notice</TD_DOCUMENT_TYPE><NC_CONTRACT_NATURE CODE="4">Services</NC_CONTRACT_NATURE><PR_PROC CODE="2">Restricted procedure</PR_PROC><RP_REGULATION CODE="Z">Not specified</RP_REGULATION><TY_TYPE_BID CODE="9">Not applicable</TY_TYPE_BID><AC_AWARD_CRIT CODE="2">The most economic tender</AC_AWARD_CRIT><MA_MAIN_ACTIVITIES CODE="L">Education</MA_MAIN_ACTIVITIES><HEADING>08C03</HEADING><INITIATOR>08</INITIATOR></CODIF_DATA></CODED_DATA_SECTION><TRANSLATION_SECTION><ML_TITLES><ML_TI_DOC LG="BG"><TI_CY>Обединено кралство</TI_CY><TI_TOWN>Лондон</TI_TOWN><TI_TEXT><P>Проучвателни услуги, свързани със сгради</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="CS"><TI_CY>Spojené království/Velká Británie</TI_CY><TI_TOWN>Londýn</TI_TOWN><TI_TEXT><P>Stavební geodézie</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DA"><TI_CY>Forenede Kongerige, Det</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Opmåling af bygninger</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DE"><TI_CY>das Vereinigte Königreich</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Bauabnahme</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EL"><TI_CY>Ηνωμένο Βασίλειο</TI_CY><TI_TOWN>Λονδίνο</TI_TOWN><TI_TEXT><P>Υπηρεσίες επίβλεψης κτιρίων</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EN"><TI_CY>United Kingdom</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Building surveying services</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ES"><TI_CY>Reino Unido</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Servicios de planimetría de edificios</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ET"><TI_CY>Suurbritannia / Ühendkuningriik</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Ehitusjärelevalve teenused</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FI"><TI_CY>Yhdistynyt kuningaskunta</TI_CY><TI_TOWN>Lontoo</TI_TOWN><TI_TEXT><P>Rakennustarkastuspalvelut</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FR"><TI_CY>Royaume-Uni</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Services de métré de bâtiments</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="GA"><TI_CY>Ríocht Aontaithe, an</TI_CY><TI_TOWN>Londain</TI_TOWN><TI_TEXT><P>Building surveying services</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HR"><TI_CY>Ujedinjena Kraljevina</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Usluge izmjere zgrade</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HU"><TI_CY>Egyesült Királyság</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Épületfelmérési szolgáltatások</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="IT"><TI_CY>Regno Unito</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Servizi di planimetria di edifici</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LT"><TI_CY>Jungtinė Karalystė, Didžioji Britanija</TI_CY><TI_TOWN>Londonas</TI_TOWN><TI_TEXT><P>Statybos tyrinėjimo paslaugos</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LV"><TI_CY>Apvienotā Karaliste</TI_CY><TI_TOWN>Londona</TI_TOWN><TI_TEXT><P>Būvju uzmērīšanas pakalpojumi</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="MT"><TI_CY>Ir-Renju Unit</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Servizzi ta' stħarriġ dwar il-bini</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="NL"><TI_CY>Verenigd Koninkrijk</TI_CY><TI_TOWN>Londen</TI_TOWN><TI_TEXT><P>Bouwinspectiediensten</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PL"><TI_CY>Zjednoczone Królestwo</TI_CY><TI_TOWN>Londyn</TI_TOWN><TI_TEXT><P>Usługi opomiarowania dla budownictwa</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PT"><TI_CY>Reino Unido</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Serviços de medição de edifícios</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="RO"><TI_CY>Regatul Unit</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Servicii de examinare a construcţiilor</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SK"><TI_CY>Spojené kráľovstvo</TI_CY><TI_TOWN>Londýn</TI_TOWN><TI_TEXT><P>Služby stavebného dozoru</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SL"><TI_CY>Združeno kraljestvo</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Storitve geodetskega nadzora</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SV"><TI_CY>Förenade kungariket</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Byggmätning</P></TI_TEXT></ML_TI_DOC></ML_TITLES><ML_AA_NAMES><AA_NAME LG="EN">Department for Education</AA_NAME></ML_AA_NAMES></TRANSLATION_SECTION><FORM_SECTION><F03_2014 CATEGORY="ORIGINAL" FORM="F03" LG="EN"><LEGAL_BASIS VALUE="32014L0024"/><CONTRACTING_BODY><ADDRESS_CONTRACTING_BODY><OFFICIALNAME>Department for Education</OFFICIALNAME><ADDRESS>Sanctuary Buildings, 20, Great Smith Street</ADDRESS><TOWN>London</TOWN><POSTAL_CODE>SW1P 3BT</POSTAL_CODE><COUNTRY VALUE="UK"/><CONTACT_POINT>Vince Jubb</CONTACT_POINT><PHONE>+44 123456789</PHONE><E_MAIL>sarah.ogden@education.gov.uk</E_MAIL><n2016:NUTS CODE="UK"/><URL_GENERAL>http://www.gov.uk/government/organisations/department-for-education</URL_GENERAL></ADDRESS_CONTRACTING_BODY><CA_TYPE VALUE="MINISTRY"/><CA_ACTIVITY VALUE="EDUCATION"/></CONTRACTING_BODY><OBJECT_CONTRACT><TITLE><P>2<FT TYPE="SUP">nd</FT> Condition Data Collection Programme – Technical Quality Manager Services</P></TITLE><CPV_MAIN><CPV_CODE CODE="71315300"/></CPV_MAIN><TYPE_CONTRACT CTYPE="SERVICES"/><SHORT_DESCR><P>The DfE sought to procure 3 consultants to provide surveying services as part of its 2<FT TYPE="SUP">nd</FT> condition data collection programme (‘CDC2’). CDC2 follows on from CDC1 (2017-2019) and the Property Data Survey programme (2012-2014). CDC2 and will collect condition and estates information on the entire school estate (including all publicly funded schools and FE colleges) in England between 2020-2025.</P><P>The DfE also required tenderers to submit a pre-priced fully developed contract variation for the collection and sharing of the DfE’s Net Capacity Assessment (‘NCA’) data.</P><P>The contracts will commence in November 2020.</P><P>The estimated total value set out in II.1.7) relates to the total value across all 3 contracts. It also takes account of the possibility of the predicted value of any NCA services being delivered under each contract. The estimated value of the SO services without any NCA element is GBP 23 500 000.</P></SHORT_DESCR><VAL_TOTAL CURRENCY="GBP">43500000.00</VAL_TOTAL><NO_LOT_DIVISION/><OBJECT_DESCR ITEM="1"><n2016:NUTS CODE="UKC"/><n2016:NUTS CODE="UKD"/><n2016:NUTS CODE="UKE"/><n2016:NUTS CODE="UKF"/><n2016:NUTS CODE="UKG"/><n2016:NUTS CODE="UKH"/><n2016:NUTS CODE="UKI"/><n2016:NUTS CODE="UKJ"/><n2016:NUTS CODE="UKK"/><MAIN_SITE><P>England.</P></MAIN_SITE><SHORT_DESCR><P>The DfE undertook a suite of procurements through which it will deliver the CDC2 programme. The first of these was the procurement of the IT solution (see OJEU notice ref: 2019/S 225-552062), which is still ongoing. The second is the procurement of a technical quality manager (‘TQM’). The third procurement relates to that of the surveying organisations (‘SOs’) to carry out surveys of the school estate.</P><P>This notice relates to the procurement of the SOs. As expected the procurement of the TQM and SOs were carried out simultaneously.</P><P>The SOs will be responsible for carrying out and providing the delivery of survey data, provision and maintenance of surveyors to deliver the collection of consistent high quality data to pace and scale, and engaging with responsible bodies and individual schools/FE colleges. The full requirements for the SOs are set out in the procurement documents.</P><P>The initial term of each contract will be 5.5 years, with option to extend for a further period or periods of up to a maximum overall extension of 2 years. The initial term begins with an implementation period of 3 months and allows for a 3-month handover period prior to expiry (and the optional extension). This is to accommodate the 5-year CDC2 programme.</P><P>Please see procurement documents.</P><P>Supplementary to the CDC2 programme and process, the DfE may require the SOs to collect data to support the school Net Capacity Assessment (‘NCA’) to understand the use of spaces within a school. This data is used to measure and plan school places provision. Tenderers were required to submit a pre-priced fully developed contract variation in respect of the NCA requirement. Further details of the NCA are contained in the ITT and the Procurement Documents. The ITT requested information on how the SOs could support the collection of room level data to facilitate the DfE’s NCA processes. However, it is not known at the time of issuing this notice whether services relating to NCA will actually be commissioned under the contract. On this basis the pre-priced variation was not be evaluated.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Key personnel</AC_CRITERION><AC_WEIGHTING>10</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Programme and delivery management</AC_CRITERION><AC_WEIGHTING>15</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Resource availability and capability</AC_CRITERION><AC_WEIGHTING>15</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Quality assurance</AC_CRITERION><AC_WEIGHTING>15</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Apprenticeships</AC_CRITERION><AC_WEIGHTING>2</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Data and systems assurance</AC_CRITERION><AC_WEIGHTING>3</AC_WEIGHTING></AC_QUALITY><AC_QUALITY><AC_CRITERION>Net capacity assessment</AC_CRITERION><AC_WEIGHTING>0</AC_WEIGHTING></AC_QUALITY><AC_PRICE><AC_WEIGHTING>40</AC_WEIGHTING></AC_PRICE></AC><OPTIONS/><OPTIONS_DESCR><P>Each contract is for an initial period of 66 months (5.5 years) with an option on the part of the DfE to extend for a further period or periods of up to a maximum overall extension of 2 years.</P><P>Each contract provides the authority with the ability to instruct additional services and the ability to implement the NCA pre-priced contract variation at its discretion.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR></OBJECT_CONTRACT><PROCEDURE><PT_RESTRICTED/><CONTRACT_COVERED_GPA/><NOTICE_NUMBER_OJ>2020/S 032-076475</NOTICE_NUMBER_OJ><TERMINATION_PIN/></PROCEDURE><AWARD_CONTRACT ITEM="1"><AWARDED_CONTRACT><DATE_CONCLUSION_CONTRACT>2020-11-11</DATE_CONCLUSION_CONTRACT><TENDERS><NB_TENDERS_RECEIVED>4</NB_TENDERS_RECEIVED></TENDERS><CONTRACTORS><NO_AWARDED_TO_GROUP/><CONTRACTOR><ADDRESS_CONTRACTOR><OFFICIALNAME>AECOM Ltd</OFFICIALNAME><NATIONALID>01846493</NATIONALID><ADDRESS>Aldgate Tower, 2 Leman Street</ADDRESS><TOWN>London</TOWN><POSTAL_CODE>E1 8FA</POSTAL_CODE><COUNTRY VALUE="UK"/><PHONE>+44 1234567891</PHONE><n2016:NUTS CODE="UK"/><URL>https://aecom.com</URL></ADDRESS_CONTRACTOR><NO_SME/></CONTRACTOR></CONTRACTORS><VALUES><VAL_TOTAL CURRENCY="GBP">7715430.43</VAL_TOTAL></VALUES></AWARDED_CONTRACT></AWARD_CONTRACT><AWARD_CONTRACT ITEM="2"><AWARDED_CONTRACT><DATE_CONCLUSION_CONTRACT>2020-11-11</DATE_CONCLUSION_CONTRACT><TENDERS><NB_TENDERS_RECEIVED>4</NB_TENDERS_RECEIVED></TENDERS><CONTRACTORS><NO_AWARDED_TO_GROUP/><CONTRACTOR><ADDRESS_CONTRACTOR><OFFICIALNAME>Faithful+Gould Ltd</OFFICIALNAME><NATIONALID>02236832</NATIONALID><ADDRESS>Woodcote Grove, Ashley Road</ADDRESS><TOWN>Epsom</TOWN><POSTAL_CODE>KT18 5BW</POSTAL_CODE><COUNTRY VALUE="UK"/><n2016:NUTS CODE="UK"/><URL>https://www.fgould.com/</URL></ADDRESS_CONTRACTOR><NO_SME/></CONTRACTOR></CONTRACTORS><VALUES><VAL_TOTAL CURRENCY="GBP">7731467.00</VAL_TOTAL></VALUES></AWARDED_CONTRACT></AWARD_CONTRACT><AWARD_CONTRACT ITEM="3"><AWARDED_CONTRACT><DATE_CONCLUSION_CONTRACT>2020-11-11</DATE_CONCLUSION_CONTRACT><TENDERS><NB_TENDERS_RECEIVED>4</NB_TENDERS_RECEIVED></TENDERS><CONTRACTORS><NO_AWARDED_TO_GROUP/><CONTRACTOR><ADDRESS_CONTRACTOR><OFFICIALNAME>Rider Levett Bucknall UK Ltd</OFFICIALNAME><NATIONALID>04653580</NATIONALID><ADDRESS>15 Colmore Row</ADDRESS><TOWN>Birmingham</TOWN><POSTAL_CODE>B3 2BH</POSTAL_CODE><COUNTRY VALUE="UK"/><n2016:NUTS CODE="UK"/><URL>https://www.rlb.com/en/?geolocation=europe</URL></ADDRESS_CONTRACTOR><NO_SME/></CONTRACTOR></CONTRACTORS><VALUES><VAL_TOTAL CURRENCY="GBP">7990288.43</VAL_TOTAL></VALUES></AWARDED_CONTRACT></AWARD_CONTRACT><COMPLEMENTARY_INFO><ADDRESS_REVIEW_BODY><OFFICIALNAME>High Curt</OFFICIALNAME><ADDRESS>Royal Courts of Justice, The Strand</ADDRESS><TOWN>London</TOWN><POSTAL_CODE>WC2A 2LL</POSTAL_CODE><COUNTRY VALUE="UK"/><PHONE>+44 20794760000</PHONE></ADDRESS_REVIEW_BODY><REVIEW_PROCEDURE><P>The DfE will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract(s) is communicated to bidders. Bidders or applicants who are unsuccessful shall be informed by the DfE as soon as possible after the decision has been made as to the reasons why the bidder/applicant was unsuccessful.</P><P>The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where the contract has not been entered into, the Court may order the setting aside of the award decision or order the DfE to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the DfE to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.</P></REVIEW_PROCEDURE><DATE_DISPATCH_NOTICE>2020-12-01</DATE_DISPATCH_NOTICE></COMPLEMENTARY_INFO></F03_2014></FORM_SECTION></TED_EXPORT>