Notice Information
Notice Title
Construction Consultancy Framework
Notice Description
The University of Southampton is establishing non-exclusive Framework Agreements with professional consultants to support the University in the delivery of minor capital, refurbishment and maintenance projects valued up to PS5m (net construction cost). Individual project construction costs are anticipated to range in value up to PS5m and will include infrastructure maintenance and upgrades, refurbishments, demolition, and some limited new build projects. The Framework consists of 2 (two) Lots. Lot 1: Project Management and Building Surveying for Minor Projects Lot 2: Architectural Design for Minor Projects
Lot Information
Project Management and Building Surveying for Minor Projects
This Lot covers the provision of the following services as either core to the requirement or supplementary services: (i) project management; (ii) building surveying; (iii) architectural design; (iv) space planning and interior design; (v) Principal Designer role; (vi) quantity surveying; (vii) decant and move management. The Consultant is responsible for the coordination and management of the project, its timescales and activities and to act as the coordinating lead consultant and contract administrator. Quantity surveying, architectural design, Approved Inspector services, space planning and interior design, decant and move management services are also required if instructed by the University; as is the provision of professional building surveying advice including the completion of condition surveys. The Consultant will be required to manage any sub-consultants appointed to deliver the project, as well as to manage other consultants appointed by the University to the Project Team.
Renewal: Future replacement of framework on expiry.
Architectural Design for Minor ProjectsThis Lot covers the provision of the following services as core to the provision or supplementary and or standalone services: (i) architectural design; (ii) space planning; (iii) interior design; (iv) Principal Designer role; (v) project management. The Contractor is expected to provide all services expected of a competent Architect including but not limited to: Design, develop and document all architectural elements via drawings, models, schedules and specifications, including advising on quality control during contract; act as lead designer in the development of co-ordinated design work with other consultants to successfully complete the Project.
Renewal: Future replacement of framework on expiry.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032ccc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011354-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71210000 - Advisory architectural services
71221000 - Architectural services for buildings
71222100 - Urban areas mapping services
71223000 - Architectural services for building extensions
71241000 - Feasibility study, advisory service, analysis
71242000 - Project and design preparation, estimation of costs
71243000 - Draft plans (systems and integration)
71244000 - Calculation of costs, monitoring of costs
71245000 - Approval plans, working drawings and specifications
71246000 - Determining and listing of quantities in construction
71247000 - Supervision of building work
71248000 - Supervision of project and documentation
71251000 - Architectural and building-surveying services
71315200 - Building consultancy services
71315210 - Building services consultancy services
71321100 - Construction economics services
71510000 - Site-investigation services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- £5,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £5,500,000 £1M-£10M
Notice Dates
- Publication Date
- 20 Apr 20232 years ago
- Submission Deadline
- 13 May 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Apr 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- At the discretion of the University this Framework may get renewed with or without modification at the end of the duration of the Framework or earliest if terminated sooner.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Angela Nemeth
- Contact Email
- procurement@soton.ac.uk
- Contact Phone
- +44 02380595000, +44 2380592654
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO17 1BJ
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ3 Hampshire and Isle of Wight
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
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-032ccc-2023-04-20T13:28:36+01:00",
"date": "2023-04-20T13:28:36+01:00",
"ocid": "ocds-h6vhtk-032ccc",
"description": "The University expressly reserves the right not to award any contract as a result of the procurement process commenced by publication of this notice and make whatever changes it may see fit to the content and structure of the tendering competition. Potential Suppliers have the opportunity to bid for all or any combination of the 2 Lots. Appointment will only be for 1 lot as preference indicated during ITT Stage. The method of Call-Off from the Framework Agreement is detailed in the contract documents. The University is utilising an electronic tendering tool (InTend: https://intendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with all applicant Providers. All documentation in relation to this tender can be downloaded from the In-Tend portal. As a user of the electronic tender tool you will have access to all information in relation to this specific Tender event. It is your responsibility to access the system on a regular basis to ensure you have sight of all relevant information. There will be no hard copy documents issued to organisations and all communications with the University including the SQ and ITT response will be conducted via the In-Tend portal. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the tender documentation. Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your company against the project and access all documentation by clicking 'Express Interest'. Potential Suppliers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via the In-Tend portal. Further instructions for the submission of responses are below: To submit your return: 1. Log in 2. Click 'Tenders' 3. Locate the relevant project 4. View details 5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender') 6. Click on the 'Attach Documents' button and upload your return. 7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return. 8. Click the red 'Submit Return' button. Please note, to preserve the integrity of the tendering procedure, all queries must be made via the correspondence function within the In-Tend portal. Potential Suppliers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by bidders or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process. Potential Suppliers are advised to read and observe the Pre-Qualification instructions and documentation requirements (File 2) section 5. Mistakes cannot be later rectified.",
"initiationType": "tender",
"tender": {
"id": "2021UoS-0396",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Construction Consultancy Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "The University of Southampton is establishing non-exclusive Framework Agreements with professional consultants to support the University in the delivery of minor capital, refurbishment and maintenance projects valued up to PS5m (net construction cost). Individual project construction costs are anticipated to range in value up to PS5m and will include infrastructure maintenance and upgrades, refurbishments, demolition, and some limited new build projects. The Framework consists of 2 (two) Lots. Lot 1: Project Management and Building Surveying for Minor Projects Lot 2: Architectural Design for Minor Projects",
"value": {
"amount": 5500000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Project Management and Building Surveying for Minor Projects",
"description": "This Lot covers the provision of the following services as either core to the requirement or supplementary services: (i) project management; (ii) building surveying; (iii) architectural design; (iv) space planning and interior design; (v) Principal Designer role; (vi) quantity surveying; (vii) decant and move management. The Consultant is responsible for the coordination and management of the project, its timescales and activities and to act as the coordinating lead consultant and contract administrator. Quantity surveying, architectural design, Approved Inspector services, space planning and interior design, decant and move management services are also required if instructed by the University; as is the provision of professional building surveying advice including the completion of condition surveys. The Consultant will be required to manage any sub-consultants appointed to deliver the project, as well as to manage other consultants appointed by the University to the Project Team.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70%"
},
{
"name": "Cost",
"type": "cost",
"description": "30%"
}
]
},
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Future replacement of framework on expiry."
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "6.4.2 Delivery Through Frameworks - weighting: 10% 6.4.3 Delivery in 'Live' Environments for Multiple Projects - weighting: 50% 6.4.4 Managing Client Expectations - weighting: 40%"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Architectural Design for Minor Projects",
"description": "This Lot covers the provision of the following services as core to the provision or supplementary and or standalone services: (i) architectural design; (ii) space planning; (iii) interior design; (iv) Principal Designer role; (v) project management. The Contractor is expected to provide all services expected of a competent Architect including but not limited to: Design, develop and document all architectural elements via drawings, models, schedules and specifications, including advising on quality control during contract; act as lead designer in the development of co-ordinated design work with other consultants to successfully complete the Project.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70%"
},
{
"name": "Cost",
"type": "cost",
"description": "30%"
}
]
},
"value": {
"amount": 1500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Future replacement of framework on expiry."
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "6.4.2 Delivery Through Frameworks - weighting: 10% 6.4.3 Delivery in 'Live' Environments for Multiple Projects - weighting: 50% 6.4.4 Managing Client Expectations - weighting: 40%"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71243000",
"description": "Draft plans (systems and integration)"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71245000",
"description": "Approval plans, working drawings and specifications"
},
{
"scheme": "CPV",
"id": "71246000",
"description": "Determining and listing of quantities in construction"
},
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71315210",
"description": "Building services consultancy services"
},
{
"scheme": "CPV",
"id": "71321100",
"description": "Construction economics services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
}
],
"deliveryAddresses": [
{
"region": "UKJ3"
},
{
"region": "UKJ3"
}
],
"deliveryLocation": {
"description": "* the University's Highfield Campus; * the University's Avenue Campus; * the University's Boldrewood Campus; * University Hospital Southampton; * the National Oceanography Centre; * Winchester School of Art; and * any other site as determined by the University of Southampton"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71210000",
"description": "Advisory architectural services"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71222100",
"description": "Urban areas mapping services"
},
{
"scheme": "CPV",
"id": "71223000",
"description": "Architectural services for building extensions"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71246000",
"description": "Determining and listing of quantities in construction"
},
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71251000",
"description": "Architectural and building-surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKJ3"
},
{
"region": "UKJ3"
}
],
"deliveryLocation": {
"description": "* the University's Highfield Campus; * the University's Avenue Campus; * the University's Boldrewood Campus; * University Hospital Southampton; * the National Oceanography Centre; * Winchester School of Art; and * any other site as determined by the University of Southampton"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The University will undertake a financial assessment of each Potential Supplier to establish the business risk, which would result if the Service Provider were to go out of business during the life of the Framework, or have inadequate financial resources to perform the contract. Where justified, the University reserves the right to eliminate any Potential Supplier whose current financial capacity would pose an unacceptable risk to business and/or public money. The University will evaluate business risk using the following objective criteria: 1. Using the Business Risk Score, the University will evaluate whether your organisation and every organisation that is being relied on to meet this procurement, demonstrates a risk to the University and/or public money if they were to go out of business during the life of the contract, or have inadequate financial resources to perform the contract. 2. The University reserves the right to request provision of further assurances such as a parent company/bank guarantee or performance bonds where a Potential Supplier demonstrates a risk to the University and/or public money if they were to go out of business during the life of the contract, or have inadequate financial resources to perform the Contract 3. When justified, the University reserves the right to exclude from a procurement, any Potential Supplier whose current financial capacity would pose an unacceptable risk to the University and/or public money. Business Risk Report The University will obtain a Business Risk Score for all Potential Suppliers and every organisation that is being relied on to meet this procurement, from an independent company called CreditSafe. The report provides the University with a Business Risk Score, which will be used to assess the provider's overall business risk of which financial standing forms part. Insurance: The University has risk assessed the insurance requirements for this procurement and has deemed that the following minimum levels of insurance will be required. Public Liability - PS10 million Employers' (Compulsory) Liability - PS10 million Professional Indemnity - PS5 million The stated levels of insurance are a mandatory requirement of this procurement and the University reserves the right to exclude a Potential Supplier who does not hold or is not willing to hold the minimum levels of insurance. If you already hold the required levels of insurance the University may require copies of the insurance documents as evidence of this, please ensure they are available if requested. Where you do not currently hold the required levels of insurance, it is important you check with your insurance company that your organisation and every organisation that is being relied on to meet this procurement, is able to obtain the levels of insurance required. Written evidence from your insurance company that it will provide insurance(s) to the required levels may be required upon request. Technical and professional ability: The selection criteria is stated in the pre-qualification documentation. Contractors attention is drawn to the MANDATORY requirements of the SELECTION criteria: > Grounds for mandatory exclusion > Grounds for discretionary exclusion > Economic & Financial Standing > University Compliance Forms, such as: > Non-Collusion, Non-Canvassing, Data Protection, Conflict of Interest and Statement of Compliance Declarations.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-05-13T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-06-20T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "At the discretion of the University this Framework may get renewed with or without modification at the end of the duration of the Framework or earliest if terminated sooner."
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-05-13T12:00:00+01:00"
},
"newValue": {
"date": "2022-05-17T12:00:00+01:00"
},
"where": {
"section": "IV.2.2."
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-49744",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON"
},
"address": {
"streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ3",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Nemeth",
"telephone": "+44 2380592654",
"email": "procurement@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "University"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@soton.ac.uk",
"telephone": "+44 02380595000"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.southampton.ac.uk/"
}
},
{
"id": "GB-COH-RC000668",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON",
"id": "RC000668",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Nemeth",
"telephone": "+44 02380595000",
"email": "procurement@soton.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.southampton.ac.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-COH-04605743",
"name": "Kendall Kingscott Limited",
"identifier": {
"legalName": "Kendall Kingscott Limited",
"id": "04605743",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Glentworth Court, Lime Kiln, Close, Stoke Gifford",
"locality": "Bristol",
"region": "UKK1",
"postalCode": "BS34 8SR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-07731265",
"name": "Rekan Limited",
"identifier": {
"legalName": "Rekan Limited",
"id": "07731265",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Morelands Court Hensting Lane, Fisher's Pond",
"locality": "Winchester",
"region": "UKJ3",
"postalCode": "SO50 7HH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-11605920",
"name": "Barker Associates (Essex) Limited",
"identifier": {
"legalName": "Barker Associates (Essex) Limited",
"id": "11605920",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Majesty House, Avenue West",
"locality": "Braintree",
"region": "UKH3",
"postalCode": "CM77 7AA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-OC366907",
"name": "CPC Project Services LLP",
"identifier": {
"legalName": "CPC Project Services LLP",
"id": "OC366907",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "100 Wood Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC2V 7AN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-02156528",
"name": "AHR Building Consultancy Limited",
"identifier": {
"legalName": "AHR Building Consultancy Limited",
"id": "02156528",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "5th Floor 55 Princess Street",
"locality": "Manchester",
"region": "UKD3",
"postalCode": "M2 4EW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-11310436",
"name": "Purcell Architecture Limited",
"identifier": {
"legalName": "Purcell Architecture Limited",
"id": "11310436",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "15 Bermondsey Square",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 3UN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-05379467",
"name": "Rivington Street Studio Limited",
"identifier": {
"legalName": "Rivington Street Studio Limited",
"id": "05379467",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "28 Navigation Road",
"locality": "London",
"region": "UKI",
"postalCode": "E3 3TG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-03434774",
"name": "Burwell Architects Limited",
"identifier": {
"legalName": "Burwell Architects Limited",
"id": "03434774",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Ground Floor California Building, Deals Gateway",
"locality": "London",
"region": "UKI",
"postalCode": "SE13 7SB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-04697954",
"name": "Haworth Tompkins Limited",
"identifier": {
"legalName": "Haworth Tompkins Limited",
"id": "04697954",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "5th Floor Highgate Business Centre, 33 Greenwood Place",
"locality": "London",
"region": "UKI",
"postalCode": "NW5 1LB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-COH-OC304503",
"name": "Associated Architects LLP",
"identifier": {
"legalName": "Associated Architects LLP",
"id": "OC304503",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "1 Severn Street Place, The Mailbox",
"locality": "Birmingham",
"region": "UKG3",
"postalCode": "B1 1SE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-COH-RC000668",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en",
"awards": [
{
"id": "011354-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-04605743",
"name": "Kendall Kingscott Limited"
}
]
},
{
"id": "011354-2023-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-07731265",
"name": "Rekan Limited"
}
]
},
{
"id": "011354-2023-3",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-11605920",
"name": "Barker Associates (Essex) Limited"
}
]
},
{
"id": "011354-2023-4",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC366907",
"name": "CPC Project Services LLP"
}
]
},
{
"id": "011354-2023-5",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-02156528",
"name": "AHR Building Consultancy Limited"
}
]
},
{
"id": "011354-2023-6",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-11310436",
"name": "Purcell Architecture Limited"
}
]
},
{
"id": "011354-2023-7",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-05379467",
"name": "Rivington Street Studio Limited"
}
]
},
{
"id": "011354-2023-8",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-03434774",
"name": "Burwell Architects Limited"
}
]
},
{
"id": "011354-2023-9",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-04697954",
"name": "Haworth Tompkins Limited"
}
]
},
{
"id": "011354-2023-10",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC304503",
"name": "Associated Architects LLP"
}
]
}
],
"contracts": [
{
"id": "011354-2023-1",
"awardID": "011354-2023-1",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
},
{
"id": "011354-2023-2",
"awardID": "011354-2023-2",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
},
{
"id": "011354-2023-3",
"awardID": "011354-2023-3",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
},
{
"id": "011354-2023-4",
"awardID": "011354-2023-4",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
},
{
"id": "011354-2023-5",
"awardID": "011354-2023-5",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
},
{
"id": "011354-2023-6",
"awardID": "011354-2023-6",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-04-12T00:00:00+01:00"
},
{
"id": "011354-2023-7",
"awardID": "011354-2023-7",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-04-12T00:00:00+01:00"
},
{
"id": "011354-2023-8",
"awardID": "011354-2023-8",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-04-12T00:00:00+01:00"
},
{
"id": "011354-2023-9",
"awardID": "011354-2023-9",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-04-12T00:00:00+01:00"
},
{
"id": "011354-2023-10",
"awardID": "011354-2023-10",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-04-12T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "4",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "7",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "8",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "9",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "10",
"measure": "bids",
"relatedLot": "2",
"value": 9
}
]
}
}