WEM M&E: Appointment of Architectural Services for a mixed-use scheme at Collingham House, Wimbledon

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Architectural and related services.
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


View any Notice Addenda

View Award Notice