Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham: UK-Barking: Architectural and related services

  Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UK-Barking: Architectural and related services
Notice type: Contract Notice
Authority: Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham
Nature of contract: Services
Procedure: Restricted
Short Description: Architectural and related services to support the development of circa 4000 social housing for the London Borough of Barking and Dagenham Council.
Published: 13/01/2023 17:33
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-Barking: Architectural and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham
             9th Floor, Maritime House, 1 Town Square, 1 Linton Road, Barking, IG11 8HG, United Kingdom
             Tel. +44 2082272757, Email: pmo@befirst.london
             Main Address: https://www.befirst.london
             NUTS Code: UKI52
      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: https://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-and-related-services./QYWCW8KR28
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UK-Barking: Architectural and related services       
      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: Architectural and related services to support the development of circa 4000 social housing for the London Borough of Barking and Dagenham Council.       
      II.1.5) Estimated total value:
      Value excluding VAT: 35,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71220000 - Architectural design services.
      71221000 - Architectural services for buildings.
      71222000 - Architectural services for outdoor areas.
      71240000 - Architectural, engineering and planning services.
      71400000 - Urban planning and landscape architectural services.
      71420000 - Landscape architectural services.
      71200000 - Architectural and related services.
      
      II.2.3) Place of performance:
      UKI52 Barking & Dagenham and Havering
      
      II.2.4) Description of procurement: The Designer Framework will be used to commission design services to deliver homes and mixed use developments, with an estimated construction value of £1.1 billion and a design service value of around £35 million. These targets are indicative and subject to external economic, community and industry influence (Reference Annex 07 (Be First Resource Requirements))..
The Framework members will provide design services for RIBA stages 1-3 inclusive, with preference for the lead architect to be appointed by the main contractor for the delivery stages. The lead architect will be required to provide £10 million Professional Indemnity (PI) cover, and have an annual turnover in excess of £1.5 million.
Be First is looking to procure a maximum of eight design team consortia to a single framework Lot. Each consortium will consist of a lead architect alongside a number of sub-contracted organisations required to undertake the scope of works. The sub-contracted organisations required at a framework level include small architecture practices, landscape architects, structural, civil and MEP engineers, and sustainability consultant.
Be First wants to encourage small architecture practices to work with them – these are practices which by virtue of their size do not meet Be First's minimum turnover requirements and the required level of PI insurance. Therefore, the lead architect in each consortium, will be required to actively seek relationships and sub-contract with small firms of architects (including those led by under-represented groups) who may otherwise be excluded from leading a bid for this framework.
      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: 48       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/QYWCW8KR28       


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          
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8               
         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: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2022/S 000 - 028133       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/02/2023 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/03/2023       
      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:
         Duration in month(s): 25
      
      

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-Barking:-Architectural-and-related-services./QYWCW8KR28

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QYWCW8KR28
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Borough of Barking and Dagenham
       Town Hall, 1 Town Square, Barking, 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:    
    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: 13/01/2023

Annex A


View any Notice Addenda

View Award Notice