Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityRecreation, culture and religion
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of a Framework: Construction Advisors for Capital Investments
Reference number: ACE 201 ITT
II.1.2)Main CPV code71530000 Construction consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Arts Council England, in the discharge of its duty to distribute public funding for the purpose of promoting the arts in England, intends to appoint to the framework agreement with a maximum of 10 appropriately qualified service providers to work with its investment team and to deliver construction advice to support Arts Council England’s assessment, decision making and monitoring of its capital investment. The scope of the framework includes supporting the assessment and monitoring of our funded projects from detailed design stages through to completion to ensure that public funding is used only for grant funding purposes.
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: 2 100 000.00 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Arts Council England, in the discharge of its duty to distribute public funding for the purpose of promoting the arts in England, intends to appoint to the framework agreement a maximum of 10 appropriately qualified service providers to work with its investment team and to deliver construction advice to support Arts Council England’s assessment, decision making and monitoring of its capital investment. The scope of the framework includes supporting the assessment and monitoring of our funded projects from detailed design stages through to completion to ensure that public funding is used only for grant funding purposes.
Arts Council England estimate the value of the contract to be in the range of GBP 1 200 000 to a maximum GBP 2 100 000 (excluding VAT) for the initial term and any extension period.
The framework agreement will commence on 1 April 2020 and continue until 31 March 2023, unless it is terminated in accordance with its terms. ACE may extend the term by 1 successive period of 12 months to 31 March 2024, provided it has given the contractor notice of the same in writing at least 3 month(s) prior to the expiry of the term.
II.2.5)Award criteriaQuality criterion - Name: Quality / Weighting: 65 %
Price - Weighting: 35 %
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
Only nine service providers where awarded a place on the framework.
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 systemThe procurement involves the establishment of a framework agreement
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:27/03/2020
V.2.2)Information about tendersNumber of tenders received: 13
Number of tenders received from SMEs: 8
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Appleyard and Trew LLP
Town: Chesire
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Cragg Management Services Ltd
Town: Brighton
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Town: London
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Ellis Williams Architects Ltd
Town: Preston Brook
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Gleeds Advisory Ltd
Town: London
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: HERA Regeneration Ltd
Town: York
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Jackson Coles LLP
Town: London
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Potter Raper Ltd
Town: Beckenham
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Turner and Townsend Project Management Ltd
Town: Leeds
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
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: 2 100 000.00 GBP
Total value of the contract/lot: 2 100 000.00 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: The Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The public contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the requirements under those regulations to take action in the High Court of England and Wales.
In general, Regulation 92 requires that proceedings must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen.
Please refer to the details of these Regulations (including Chapter 6 in particular) for more details.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: The Royal Courts of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice:01/04/2020