Notice Information
Notice Title
NUN - Modern Methods of Construction, Architect and Employer's Agent Framework
Notice Description
The Council is procuring providers for the delivery of construction and related activities under 3 Lots. The works and services will be delivered under a Framework Agreement (FAC1) and Call-Off Contract arrangements as detailed in the Tender documents. The Framework will be for four years, but call-off contracts may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure and anticipates shortlisting 10 bidders per Lot to be Invited to Tender. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.
Lot Information
Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks
Lot 1 comprises the construction and installation of domestic modular constructed dwellings of various designs and the provision of all associated site works required for completion of the developments.Works will be priced under property archetype rates, schedules of rates and design services.Full details are included in the Specifications and Pricing Documents plus ancillary appendices.Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies.The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.Full details of the requirements and how to participate are in the procurement and Tender documents.
Lot 2 - Architect and Lead Designer ServicesLot 2 comprises the following:* Architectural & Design Services in the pre-tender stage for Housing developments delivered using Modern Methods of Construction (MMC)* Architectural & Design Services in the pre-tender stage for Housing developments delivered using a traditional Design & Build approach* Employer's Agent Services for post tender services for Housing developments delivered using a traditional Design & Build approach. (This will only be used where the Architect/Lead Designer has been retained from the pre-tender stage).* Principal Designer Services - single fee proposal for Housing delivered either through MMC, D & B or Traditional procurementCall-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents. In addition to the above the appointed Consultant may be awarded contracts for design services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices.
Lot 3 - Project Management, Employer's Agent and Quantity Surveyor ServicesLot 3 comprises the following:* Employer's Agent and Quantity Surveying Services for Housing developments delivered using Modern Methods of Construction* Employer's Agent and Quantity Surveying Services for Housing developments delivered using a traditional Design & Build approach* Quantity Surveying for Housing developments at initiation stages.In addition to the above the appointed Consultant may be awarded contracts for Project Management, Employers Agent and Quantity Surveying services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices. Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029fd7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022128-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
44211000 - Prefabricated buildings
44211100 - Modular and portable buildings
45000000 - Construction work
45100000 - Site preparation work
45110000 - Building demolition and wrecking work and earthmoving work
45111000 - Demolition, site preparation and clearance work
45111250 - Ground investigation work
45112000 - Excavating and earthmoving work
45112700 - Landscaping work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
45223000 - Structures construction work
45223810 - Prefabricated constructions
45223820 - Prefabricated units and components
45223821 - Prefabricated units
45223822 - Prefabricated components
45260000 - Roof works and other special trade construction works
45262500 - Masonry and bricklaying work
45262800 - Building extension work
71000000 - Architectural, construction, engineering and inspection services
71220000 - Architectural design services
71221000 - Architectural services for buildings
71242000 - Project and design preparation, estimation of costs
71251000 - Architectural and building-surveying services
71322100 - Quantity surveying services for civil engineering works
71324000 - Quantity surveying services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
71540000 - Construction management services
71541000 - Construction project management services
79415200 - Design consultancy services
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £6,250,000 £1M-£10M
Notice Dates
- Publication Date
- 7 Sep 20214 years ago
- Submission Deadline
- 26 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NUNEATON AND BEDWORTH BOROUGH COUNCIL
- Contact Name
- Nuneaton and Bedworth Borough Council - Procurement Team
- Contact Email
- procurement@nuneatonandbedworth.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NUNEATON
- Postcode
- CV11 5AA
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Nuneaton and Bedworth
- Electoral Ward
- St Mary's
- Westminster Constituency
- Nuneaton
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029fd7-2021-09-07T12:03:15+01:00",
"date": "2021-09-07T12:03:15+01:00",
"ocid": "ocds-h6vhtk-029fd7",
"initiationType": "tender",
"tender": {
"id": "10375",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NUN - Modern Methods of Construction, Architect and Employer's Agent Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "The Council is procuring providers for the delivery of construction and related activities under 3 Lots. The works and services will be delivered under a Framework Agreement (FAC1) and Call-Off Contract arrangements as detailed in the Tender documents. The Framework will be for four years, but call-off contracts may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure and anticipates shortlisting 10 bidders per Lot to be Invited to Tender. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks",
"description": "Lot 1 comprises the construction and installation of domestic modular constructed dwellings of various designs and the provision of all associated site works required for completion of the developments.Works will be priced under property archetype rates, schedules of rates and design services.Full details are included in the Specifications and Pricing Documents plus ancillary appendices.Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies.The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.Full details of the requirements and how to participate are in the procurement and Tender documents.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Architect and Lead Designer Services",
"description": "Lot 2 comprises the following:* Architectural & Design Services in the pre-tender stage for Housing developments delivered using Modern Methods of Construction (MMC)* Architectural & Design Services in the pre-tender stage for Housing developments delivered using a traditional Design & Build approach* Employer's Agent Services for post tender services for Housing developments delivered using a traditional Design & Build approach. (This will only be used where the Architect/Lead Designer has been retained from the pre-tender stage).* Principal Designer Services - single fee proposal for Housing delivered either through MMC, D & B or Traditional procurementCall-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents. In addition to the above the appointed Consultant may be awarded contracts for design services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
},
{
"id": "3",
"title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
"description": "Lot 3 comprises the following:* Employer's Agent and Quantity Surveying Services for Housing developments delivered using Modern Methods of Construction* Employer's Agent and Quantity Surveying Services for Housing developments delivered using a traditional Design & Build approach* Quantity Surveying for Housing developments at initiation stages.In addition to the above the appointed Consultant may be awarded contracts for Project Management, Employers Agent and Quantity Surveying services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices. Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111250",
"description": "Ground investigation work"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45223810",
"description": "Prefabricated constructions"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "45262500",
"description": "Masonry and bricklaying work"
},
{
"scheme": "CPV",
"id": "45260000",
"description": "Roof works and other special trade construction works"
},
{
"scheme": "CPV",
"id": "44211000",
"description": "Prefabricated buildings"
},
{
"scheme": "CPV",
"id": "45223821",
"description": "Prefabricated units"
},
{
"scheme": "CPV",
"id": "45112000",
"description": "Excavating and earthmoving work"
},
{
"scheme": "CPV",
"id": "45223822",
"description": "Prefabricated components"
},
{
"scheme": "CPV",
"id": "71251000",
"description": "Architectural and building-surveying services"
},
{
"scheme": "CPV",
"id": "45262800",
"description": "Building extension work"
},
{
"scheme": "CPV",
"id": "45223820",
"description": "Prefabricated units and components"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45110000",
"description": "Building demolition and wrecking work and earthmoving work"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "44211100",
"description": "Modular and portable buildings"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Works and associated services performed under Lot 1 may take place at any location in the United Kingdom."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71251000",
"description": "Architectural and building-surveying services"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Services performed under Lot 2 may take place at any location in the United Kingdom."
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71251000",
"description": "Architectural and building-surveying services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Services performed under Lot 3 may take place at any location in the United Kingdom."
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/csw-jets",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As detailed in the procurement and Tender documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As detailed in the procurement documents",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 18,
"periodRationale": "N/A"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-26T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-05-14T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "Nuneaton and Bedworth Borough Council will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)."
},
"parties": [
{
"id": "GB-FTS-10330",
"name": "Nuneaton and Bedworth Borough Council",
"identifier": {
"legalName": "Nuneaton and Bedworth Borough Council"
},
"address": {
"streetAddress": "Town Hall , Coton Road",
"locality": "Nuneaton",
"region": "UK",
"postalCode": "CV11 5AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Nuneaton and Bedworth Borough Council - Procurement Team",
"email": "procurement@nuneatonandbedworth.gov.uk",
"url": "https://in-tendhost.co.uk/csw-jets"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nuneatonandbedworth.gov.uk",
"buyerProfile": "http://www.csw-jets.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-726",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-10331",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "Nuneaton",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-27618",
"name": "Baily Garner LLP",
"identifier": {
"legalName": "Baily Garner LLP"
},
"address": {
"streetAddress": "146-148 Eltham Hill,",
"locality": "London",
"region": "UKI",
"postalCode": "SE9 5DY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27619",
"name": "EdgePS Limited",
"identifier": {
"legalName": "EdgePS Limited"
},
"address": {
"streetAddress": "3 Heritage Mews, High Pavement",
"locality": "Nottingham",
"region": "UKF14",
"postalCode": "NG1 1HN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27620",
"name": "Bond Bryan Architects Limited",
"identifier": {
"legalName": "Bond Bryan Architects Limited"
},
"address": {
"streetAddress": "The Church Studio, Springvale Road",
"locality": "Sheffield",
"region": "UKE32",
"postalCode": "S10 1LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27621",
"name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture",
"identifier": {
"legalName": "Gotch Saunders & Surridge LLP t/a GSSArchitecture"
},
"address": {
"streetAddress": "35 Headlands, Kettering",
"locality": "Northamptonshire",
"region": "UKF2",
"postalCode": "NN15 7ES",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27622",
"name": "Calfordseaden LLP",
"identifier": {
"legalName": "Calfordseaden LLP"
},
"address": {
"streetAddress": "Devonshire House, 60 Goswell Road",
"locality": "London",
"region": "UKI",
"postalCode": "EC1M 7AD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-27623",
"name": "DARNTON B3 LTD",
"identifier": {
"legalName": "DARNTON B3 LTD"
},
"address": {
"streetAddress": "10 South Parade,",
"locality": "Leeds",
"region": "UKE42",
"postalCode": "LS1 5QS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27624",
"name": "RG&P Limited",
"identifier": {
"legalName": "RG&P Limited"
},
"address": {
"streetAddress": "Waterloo House, 71 Princess Road West",
"locality": "Leicester",
"region": "UKF21",
"postalCode": "LE1 6TR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27625",
"name": "John Lester Partnership Ltd",
"identifier": {
"legalName": "John Lester Partnership Ltd"
},
"address": {
"streetAddress": "Elizabeth House, 47 High Street",
"locality": "Lutterworth",
"region": "UKF2",
"postalCode": "LE17 4AY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27626",
"name": "Michael Dyson Associates Ltd",
"identifier": {
"legalName": "Michael Dyson Associates Ltd"
},
"address": {
"streetAddress": "West House, Meltham Road, Honley",
"locality": "Holmfirth",
"region": "UKE4",
"postalCode": "HD9 6LB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27627",
"name": "Ridge and Partners LLP",
"identifier": {
"legalName": "Ridge and Partners LLP"
},
"address": {
"streetAddress": "The Cowyards, Blenheim Park, Oxford Road,",
"locality": "Woodstock",
"region": "UKJ14",
"postalCode": "OX20 1QR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-27628",
"name": "Welling Partnership LLP",
"identifier": {
"legalName": "Welling Partnership LLP"
},
"address": {
"streetAddress": "Viceroy House, 6 Mountbnatten Business Centre, Millbrook Road East",
"locality": "Southampton",
"region": "UKJ32",
"postalCode": "SO15 1HY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-10330",
"name": "Nuneaton and Bedworth Borough Council"
},
"language": "en",
"awards": [
{
"id": "022128-2021-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "022128-2021-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Architect and Lead Designer Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-27618",
"name": "Baily Garner LLP"
},
{
"id": "GB-FTS-27620",
"name": "Bond Bryan Architects Limited"
},
{
"id": "GB-FTS-27621",
"name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture"
},
{
"id": "GB-FTS-27622",
"name": "Calfordseaden LLP"
},
{
"id": "GB-FTS-27623",
"name": "DARNTON B3 LTD"
},
{
"id": "GB-FTS-27624",
"name": "RG&P Limited"
}
]
},
{
"id": "022128-2021-3",
"relatedLots": [
"3"
],
"title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-27619",
"name": "EdgePS Limited"
},
{
"id": "GB-FTS-27625",
"name": "John Lester Partnership Ltd"
},
{
"id": "GB-FTS-27626",
"name": "Michael Dyson Associates Ltd"
},
{
"id": "GB-FTS-27627",
"name": "Ridge and Partners LLP"
},
{
"id": "GB-FTS-27628",
"name": "Welling Partnership LLP"
},
{
"id": "GB-FTS-27622",
"name": "Calfordseaden LLP"
}
]
}
],
"contracts": [
{
"id": "022128-2021-2",
"awardID": "022128-2021-2",
"title": "Lot 2 - Architect and Lead Designer Services",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2021-08-20T00:00:00+01:00"
},
{
"id": "022128-2021-3",
"awardID": "022128-2021-3",
"title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
"status": "active",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"dateSigned": "2021-08-20T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "2",
"value": 8
},
{
"id": "6",
"measure": "bids",
"relatedLot": "3",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "2",
"value": 7
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "3",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "2",
"value": 8
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "3",
"value": 0
}
]
}
}