Colchester Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Urban & Landscape Design & Masterplanning Services - Colchester Braintree Borders |
Notice type: | Contract Notice |
Authority: | Colchester Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contracting authority plan to procure urban and landscape design and masterplanning services, providing independent advice and support to evolve the spatial design and masterplan approach to the proposed West of Braintree Garden Community site. The input will form an important part of a wider body of work which is ongoing to consider the further evolution of the existing draft Local Plan policy which specifically requires Development Plan Documents to be prepared for the proposed Garden Community, based upon the preparation of site specific masterplans and leading on to the evolution of subsequent planning applications/local development order/s. The Services will be expected to provide core skills and resources across the following technical areas and skills: •Landscape Design: •Urban design; •Masterplanning; •Place-making; •Architecture; and •Participative engagement. |
Published: | 08/06/2018 16:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Colchester Borough Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 1206508637, Email: procurement@colchester.gov.uk
Contact: Alison Shaw
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
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: Yes.
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-Colchester:-Urban-planning-and-landscape-architectural-services./C89Z64K8N4
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-UK-Colchester:-Urban-planning-and-landscape-architectural-services./C89Z64K8N4 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Urban & Landscape Design & Masterplanning Services - Colchester Braintree Borders
Reference Number: 0150
II.1.2) Main CPV Code:
71400000 - Urban planning and landscape architectural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contracting authority plan to procure urban and landscape design and masterplanning services, providing independent advice and support to evolve the spatial design and masterplan approach to the proposed West of Braintree Garden Community site.
The input will form an important part of a wider body of work which is ongoing to consider the further evolution of the existing draft Local Plan policy which specifically requires Development Plan Documents to be prepared for the proposed Garden Community, based upon the preparation of site specific masterplans and leading on to the evolution of subsequent planning applications/local development order/s.
The Services will be expected to provide core skills and resources across the following technical areas and skills:
•Landscape Design:
•Urban design;
•Masterplanning;
•Place-making;
•Architecture; and
•Participative engagement.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: The Services are focussed on the provision of urban and landscape design and masterplanning, place-making, architecture and participative engagement.
Bids are particularly encouraged from teams which can demonstrate distinctiveness and innovation, drawing from the best of design approaches and experiences worldwide.
Other technical disciplines will be secured separately by the Councils, including transport, environmental assessment, property, legal, funding & delivery.
It is therefore not expected that the Consultancy should assemble a large multi-disciplinary team and commit resources to wider inputs beyond those set out in the Services set out in this Prior Information Notice. However, the Service Provider should demonstrate through the response how they will contain sufficient awareness and understanding of the multi-disciplinary nature of masterplanning and place-making, and how they will be able to evolve robust and appropriate design responses, leading the overall masterplanning process with regular and structured inputs from all relevant stakeholders.
In addition, the scope of work may flex over time and bidders will need to identify any relevant sub-consultants that could provide key supplementary support as part of their bid across any directly relevant or anticipated disciplines during the course of the commission. This could include (but not be limited to) matters relating to ecology, biodiversity, environmental constraints analysis and assessment, heritage & archaeology.
At all stages the Consultancy should anticipate that it will also be required to provide ‘ad hoc’ general and specialist advice, including possible support across other proposed Garden Communities.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals: It is the contracting authority’s intention to contract for an initial 12 month terms, with an option to extend for further periods over subsequent 3 years taking the contract term to a maximum of 4 years.
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:
Not Provided
III.1.2) Economic and financial standing
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
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
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: 09/07/2018 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 09/07/2018
Time: 13:00
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-Colchester:-Urban-planning-and-landscape-architectural-services./C89Z64K8N4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C89Z64K8N4
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 08/06/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Colchester Borough Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 1206508637, Email: procurement@colchester.gov.uk
Contact: Alison Shaw
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
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: Yes
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Urban & Landscape Design & Masterplanning Services - Colchester Braintree Borders
Reference number: 0150
II.1.2) Main CPV code:
71400000 - Urban planning and landscape architectural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contracting authority plan to procure urban and landscape design and masterplanning services, providing independent advice and support to evolve the spatial design and masterplan approach to the proposed West of Braintree Garden Community site.
The input will form an important part of a wider body of work which is ongoing to consider the further evolution of the existing draft Local Plan policy which specifically requires Development Plan Documents to be prepared for the proposed Garden Community, based upon the preparation of site specific masterplans and leading on to the evolution of subsequent planning applications/local development order/s.
The Services will be expected to provide core skills and resources across the following technical areas and skills:
•Landscape Design:
•Urban design;
•Masterplanning;
•Place-making;
•Architecture; and
•Participative engagement.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: The Services are focussed on the provision of urban and landscape design and masterplanning, place-making, architecture and participative engagement.
Bids are particularly encouraged from teams which can demonstrate distinctiveness and innovation, drawing from the best of design approaches and experiences worldwide.
Other technical disciplines will be secured separately by the Councils, including transport, environmental assessment, property, legal, funding & delivery.
It is therefore not expected that the Consultancy should assemble a large multi-disciplinary team and commit resources to wider inputs beyond those set out in the Services set out in this Prior Information Notice. However, the Service Provider should demonstrate through the response how they will contain sufficient awareness and understanding of the multi-disciplinary nature of masterplanning and place-making, and how they will be able to evolve robust and appropriate design responses, leading the overall masterplanning process with regular and structured inputs from all relevant stakeholders.
In addition, the scope of work may flex over time and bidders will need to identify any relevant sub-consultants that could provide key supplementary support as part of their bid across any directly relevant or anticipated disciplines during the course of the commission. This could include (but not be limited to) matters relating to ecology, biodiversity, environmental constraints analysis and assessment, heritage & archaeology.
At all stages the Consultancy should anticipate that it will also be required to provide ‘ad hoc’ general and specialist advice, including possible support across other proposed Garden Communities.
The contract award has been made on the basis of no guarantee of volume or value of work required and with an estimated value assuming that the full 36 month extension period is required.
II.2.5) Award criteria:
Quality criterion - Name: Approach to Quality Placemaking / Weighting: 20
Quality criterion - Name: Approach to Service Delivery / Weighting: 20
Quality criterion - Name: Resources and Skills / Weighting: 15
Quality criterion - Name: Contract Management / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/04/2019
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Prior+Partners Ltd
70 Cowcross Street, London, EC1M 6EJ, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=390237709
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/04/2019