Colchester Borough Council: Urban & Landscape Design & Masterplanning Services - West of Braintree

  Colchester Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Urban & Landscape Design & Masterplanning Services - West of Braintree
Notice type: Contract Award 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: 16/04/2019 09:59

View Full Notice

UK-Colchester: Urban planning and landscape architectural services.

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 - West of Braintree            
      Reference number: 0146

      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: 10
         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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AECOM Ltd
             St George's House, 5 St Georges' Road, London, SW19 DR, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: No

      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=387113115

   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




View any Notice Addenda

View Award Notice