London Boroughs of Richmond and Wandsworth: Contract for the Provision of Design Services for a Pedestrian and Cycle Bridge Across the River Thames at Nine Elms Pimlico

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Contract for the Provision of Design Services for a Pedestrian and Cycle Bridge Across the River Thames at Nine Elms Pimlico
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Wandsworth Borough council is inviting multi-disciplinary design teams from across the world to take part in a competition to produce a concept design for a new cycle and pedestrian bridge across the River Thames in London, between Nine Elms and Pimlico. The purpose of the competition is to identify the best team, capable of designing and delivering a unique landmark bridge for this part of London and to explore what the various design options might be; it is not to select a specific design.The winning team will be asked to develop its competition proposals, with the input of the communities on both sides of the river, to a point that it could be delivered by a contractor at a time in the future.
Published: 10/12/2014 08:55
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, construction, engineering and inspection services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Wandsworth
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715845, Email: dosborne@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
      Attn: David Osborne

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the Provision of Design Services for a Pedestrian and Cycle Bridge Across the River Thames at Nine Elms Pimlico
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKI11 - Inner London - West         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Architectural, construction, engineering and inspection services. Construction consultancy services. Architectural design services. Wandsworth Borough council is inviting multi-disciplinary design teams from across the world to take part in a competition to produce a concept design for a new cycle and pedestrian bridge across the River Thames in London, between Nine Elms and Pimlico. The purpose of the competition is to identify the best team, capable of designing and delivering a unique landmark bridge for this part of London and to explore what the various design options might be; it is not to select a specific design.The winning team will be asked to develop its competition proposals, with the input of the communities on both sides of the river, to a point that it could be delivered by a contractor at a time in the future.
         
      II.1.6)Common Procurement Vocabulary:
         71000000 - Architectural, construction, engineering and inspection services.
         
         71530000 - Construction consultancy services.
         
         71220000 - Architectural design services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The contract will be split into two phases; the first of which is for outline design work. Should the Council obtain the required funding, it will exercise the option to take up phase two for more detailed work. The Council reserves the right to novate the contract with the successful team to to another party subject to the mutual agreement of all parties.                  
         Estimated value excluding VAT:
         Range between: 250,000 and 2,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 84 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As set out in Pre-Qualification Questionnaire
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in Pre-Qualification Questionnaire
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As set out in Pre-Qualification Questionnaire
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As set out in Pre-Qualification Questionnaire      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in Pre-Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in Pre-Qualification Questionnaire      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         As set out in Pre-Qualification Questionnaire and Invitation to Tender documentation.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPT/1438      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 13/01/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/01/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./7D2265UK5U

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7D2265UK5U
GO-20141210-PRO-6218958 TKR-20141210-PRO-6218957
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Wandsworth
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088716000

      Body responsible for mediation procedures:
               High Court
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
         Tel. +44 20794760000

      VI.4.2)Lodging of appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 10/12/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Architectural, construction, engineering and inspection services.

Section I: Contracting Authority
   Title: UK-London: Architectural, construction, engineering and inspection services.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Wandsworth
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
      Attn: Dahamia Stephenson-Knight

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the Provision of Design Services for a Pedestrian and Cycle Bridge Across the River Thames at Nine Elms Pimlico      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKI11 - Inner London - West         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Architectural, construction, engineering and inspection services. Construction consultancy services. Architectural design services. Wandsworth Borough Council invited multi-disciplinary design teams from across the world to take part in a competition to produce a concept design for a new cycle and pedestrian bridge across the River Thames in London, between Nine Elms and Pimlico. The aim of the competition was to identify the best team, capable of designing and delivering a unique landmark bridge for this part of London and to explore what the various design options might be; it was not to select a specific design.The winning team will be asked to develop its competition proposals, with the input of the communities on both sides of the river, to a point that it could be delivered by a contractor at a time in the future.
      II.1.5)Common procurement vocabulary:
         71000000 - Architectural, construction, engineering and inspection services.
         71530000 - Construction consultancy services.
         71220000 - Architectural design services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 4,521,225
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 20
         Quality - 80
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPT/1438         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 241 - 424559 of 13/12/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 30/11/2015      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Bystrup Architecture Design and Engineering
         Postal address: Vermundsgade 40A, 3rd Floor
         Town: Copenhagen
         Postal code: 2100
         Country: Denmark
         Email: sh@bystrup.dk
         Telephone: +45 39270085
         Internet address: www.bystrup.dk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 4,521,225
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=181624118
GO-201616-PRO-7539111 TKR-201616-PRO-7539110   
   VI.3.1)Body responsible for appeal procedures:
      London Borough of Wandsworth
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088716000

      Body responsible for mediation procedures:
         High Court
         Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
         Tel. +44 20794760000
   VI.3.2)Lodging of appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 06/01/2016