WEM M&E is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Appointment of Architectural Services for a mixed-use scheme at Collingham House, Wimbledon |
Notice type: | Contract Notice |
Authority: | WEM M&E |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Appointment of an architect to provide design work and subsequent services (as below) to obtain a planning permission for the re-development of an existing brownfield site in Wimbledon, London SW19. Scheme to provide a mixed use retail/leisure/office and/or residential building of up to 100,000 sq ft. |
Published: | 03/10/2017 17:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
LPFA (London Pensions Fund Authority)
169 Union Street, London, SE1 0LL, United Kingdom
Tel. +44 2079112781, Email: Isabelle.shayegan@gva.co.uk
Contact: Isabelle Shayegan
Main Address: http://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-and-related-services./5XP68V93CY
NUTS Code: UKI6
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-London:-Architectural-and-related-services./5XP68V93CY
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-London:-Architectural-and-related-services./5XP68V93CY 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:: Pension Fund
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Appointment of Architectural Services for a mixed-use scheme at Collingham House, Wimbledon
Reference Number: Not provided
II.1.2) Main CPV Code:
71200000 - Architectural and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Appointment of an architect to provide design work and subsequent services (as below) to obtain a planning permission for the re-development of an existing brownfield site in Wimbledon, London SW19. Scheme to provide a mixed use retail/leisure/office and/or residential building of up to 100,000 sq ft.
II.1.5) Estimated total value:
Value excluding VAT: 950,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71240000 - Architectural, engineering and planning services.
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
71241000 - Feasibility study, advisory service, analysis.
73420000 - Pre-feasibility study & technological demonstration.
79314000 - Feasibility study.
71200000 - Architectural and related services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: Appointment of an architect to provide design work and subsequent services (as below) to obtain a planning permission for the re-development of an existing brownfield site in Wimbledon, London SW19. Scheme to provide a mixed use retail/leisure/office and/or residential building of up to 100,000 sq ft.
The Brief may include:
Stage 1 - DESIGN STAGE:
Design Feasibility Study;
Assistance with financial viability studies;
Stage 2 – PLANNING STAGE:
Initial pre-application meeting with Local Planning Authority
Preparation of plans and specifications to support a planning application;
Preparation of documents to support negotiations with planning authority and public consultation;
Preparation of documents to support submission of detailed planning application.
Stage 3 - CONSTRUCTION STAGE:
Develop employer's requirements/design work to facilitate tender of construction package;
Novation to contractor;
Preparation of detailed sub-contractor packages;
Produce monthly progress reports;
At Practical Completion prepare snagging lists;
Prepare schedule of defects for rectification by contractor.
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: 950,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
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 number of candidates: 5
Objective criteria for choosing the limited number of candidates: Please refer to the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Please note the contract period is for 60 months with a possibility to extend for a further 12 months.
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: Please note the estimated value of the Contract is a maximum.
Please note the contract period is for 60 months with a possibility to extend for a further 12 months.
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:
Applicants must already have, or can commit to obtain, prior to the commencement of the contract, ARB or RIBA (or equivalent) accreditation.
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:
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 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 - 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: Yes
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: 06/11/2017 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/11/2017
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:
Until: 11/03/2018
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: LPFA may terminate or suspend the procurement process at any time without incurring any cost or liability in total or in part. LPFA reserves the right to vary the scope of its requirements and the procedure relating to the conduct of the process.
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.
LPFA does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. LPFA will not be liable in any way to any candidate or tenderer for any cost incurred in connection with this procurement process.
LPFA reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect, does not supply the information required by this notice or as otherwise directed by LPFA during the procurement process, or does not meet the selection criteria as required and set out in the procurement documents (including Regulation 57 of the Public Contracts Regulations 2015).
Any resulting contracts will be considered contracts made in England and Wales according to English and Welsh law.
The LPFA is the largest Local Government Pension provider in London. The pension fund has around £4.6 billion of assets under management and is responsible for the pension provision for around 18,000 employees, who are working for not-for-profit, charity, private sector and local government employers, and around 34,000 pensioners, many of whom worked for the Greater London Council and the Inner London Education Authority.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-and-related-services./5XP68V93CY
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5XP68V93CY
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. LPFA will incorporate a minimum of a ten (10) calendar day standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify LPFA of an appeal.
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: 03/10/2017
Annex A