Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Be First London
Postal address: 9th Floor, Maritime House 1, Linton Road, Barking
Town: London
NUTS code:
UK United KingdomPostal code: IG11 8HG
Country: United Kingdom
E-mail:
info@befirst.londonInternet address(es): Main address:
http://befirst.london/ I.2)Information about joint procurementThe contract involves joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Be First - Community Engagement Services – Dagenham Heathway
II.1.2)Main CPV code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
II.1.4)Short description:
Be First sought community engagement services to advise and execute a town centre visioning and community engagement programme with local stakeholders to build on the engagement projects achieved to date at Dagenham Heathway, and develop a holistic shared vision as plans for the comprehensive regeneration of the area moves forward.
All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 68 238.00 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UK United Kingdom
Main site or place of performance:
II.2.4)Description of the procurement:
Be First sought community engagement services to advise and execute a town centre visioning and community engagement programme with local stakeholders to build on the engagement projects achieved to date at Dagenham Heathway, and develop a holistic shared vision as plans for the comprehensive regeneration of the area moves forward.
All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Consultants OJEU Reference Number 2019/S 130-319565.
II.2.5)Award criteriaQuality criterion - Name: Quality & Technical Merit / Weighting: 60
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemA dynamic purchasing system was set up
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 IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:24/09/2021
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Urban Symbiotics (Aveo Group Ltd)
National registration number: 12164724
Postal address: Studio 122, Chinaworks, 100 Black Prince Road, Lambeth
Town: Greater London
NUTS code: UK United Kingdom
Postal code: SE1 7SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 68 238.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 3454102222
VI.4.2)Body responsible for mediation proceduresOfficial name: High Court of England and Wales
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Crown Commercial Services
Postal address: 1 Horse Guards Road
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
Telephone: +44 3454102222
VI.5)Date of dispatch of this notice:05/01/2022