Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Architectural Design Services |
Notice type: | Contract Notice |
Authority: | Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The provision of Architectural design services for some or all RIBA work stages including feasibilty studies and masterplanning. |
Published: | 11/03/2019 12:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Be First
9th Floor Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2082775241, Email: andrew.price@befirst.london
Contact: Andrew Price
Main Address: https://befirst.london, Address of the buyer profile: http://www.befirst.london
NUTS Code: UKI5
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-design-services./G7G2G85DHN
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/KNB7B28FFG to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Private Company
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Architectural Design Services
Reference Number: BF/2019/03/04
II.1.2) Main CPV Code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of Architectural design services for some or all RIBA work stages including feasibilty studies and masterplanning.
II.1.5) Estimated total value:
Value excluding VAT: 300,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Architects Lower Value
Lot No: 1
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
II.2.3) Place of performance:
UKI5 Outer London – East and North East
II.2.4) Description of procurement: Design services for residential schemes frequently Affordable Housing but also mixed developments. The project size will range £2m up to £20m.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 150,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 11/03/2019 / End: 04/03/2030
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6N4K5A27PN
II.2) Description Lot No. 2
II.2.1) Title: Architects Higher Value
Lot No: 2
II.2.2) Additional CPV codes:
71200000 - Architectural and related services.
II.2.3) Place of performance:
UKI5 Outer London – East and North East
II.2.4) Description of procurement: Architectural Services for part or all of the RIBA Work stages including feasibility and masterplanning. The appropriate BIM capability will be required.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 15/03/2019 / End: 15/03/2030
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
There should be at least one director with UK Registered Architect status on the board of any applicant company.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Qualified and registered Architects.
III.2.2) Contract performance conditions
As contained within the questions.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/03/2030 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-design-services./G7G2G85DHN
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G7G2G85DHN
VI.4) Procedures for review
VI.4.1) Review body:
Be First
9th Floor Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2082275241, Email: andrew.price@befirst.london
VI.4.2) Body responsible for mediation procedures:
Be First
9th Floor Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2082275241, Email: andrew.price@befirst.london
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Be First
9th Floor Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
Tel. +44 2082275241, Email: andrew.price@befirst.london
VI.5) Date Of Dispatch Of This Notice: 11/03/2019
Annex A