Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham: Design Team for Gascoigne East Phase 2 (Weavers Quarter) Housing Development

  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: Design Team for Gascoigne East Phase 2 (Weavers Quarter) Housing Development
Notice type: Design Contest Notice
Authority: Be First Regeneration Ltd / on behalf of the London Borough of Barking and Dagenham
Nature of contract: Not applicable
Procedure: Restricted
Short Description:
Published: 04/12/2017 17:16
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.

Preliminary Questions
   This contest is covered by: Directive 2014/24/EU

Section I: Contracting Authority / Entity

   I.1) Name and Addresses:
       Be First Regeneration Limited / on behalf of the London Borough of Barking and Dagenham
       9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
       Tel. +44 2082272757, Email: stephen.howells@lbbd.gov.uk
       Contact: Stephen Howells
       Main Address: 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: http://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-and-related-services./XNW5Z88D83
      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: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Development and Regeneration




Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Design Team for Gascoigne East Phase 2 (Weavers Quarter) Housing Development            
      Reference number: DC-2017-0037

      II.1.2) Main CPV code:
         71200000 - Architectural and related services.
         71220000 - Architectural design services.
         71400000 - Urban planning and landscape architectural services.


   II.2) Description

      II.2.4) Description of the procurement: Be First Regeneration Ltd (www.befirst.london), on behalf of the London Borough of Barking and Dagenham, is looking to appoint an architectural design team to undertake a Masterplan review and project design, through a design competition.
The Gascoigne Estate East (Weavers Quarter) project will be delivered by the Council’s wholly owned development company Be First. It is anticipated that the successful design team will complete:
a) Masterplan review of phase 2;
b ) a wider review of phases 3 and 4;
c) deliver the project design brief.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         


Section III: Legal, Economic, Financial And Technical Information

   III.1) Conditions for participation

      III.1.10) Criteria for the selection of participants: (in the case of a restricted contest)
         Compliance with Standard Selection Questionnaire / PAS91 requirements such as Organisation Details, Grounds for Exclusion, Health and Safety, Financial Information, Insurances, Quality Management, Environmental Processes will be requested in the form of a self-certifying declaration.
Applicants will also be required to demonstrate their technical experience and ability in the form of method statements that will be evaluated.
Applicants will be required to submit:
— A company structure and CVs
— Details of experience of delivery of projects of a similar nature both as a business and as individual personnel proposed,
— Details of experience of delivery of master planning both as a business and as individual personnel proposed,
— Confirmation of acceptance of the contracting authority's design team procurement principles,
— Details of identifying, appointing and managing design teams
— Details of design input and development for projects of a similar nature
— Details of ensuring duties of Principal Designer are fully discharged under CDM2015
— Details of relevant similar contracts
— Obligation to indicate the names and professional qualifications of staff assigned to perform this commission.
Please refer to the Application Document for full details of the application requirements.
Applicants who are successful and invited to participate will be required to provide satisfactory evidence of compliance, upon request and, prior to progressing to Design Competition Stage.

   III.2) Conditions related to the contract

      III.2.1) Information about a particular profession
         Participation is reserved to a particular profession: Yes
            Indicate profession: The successful appointment shall at a minimum be a person/organisation who has a professional degree in Architecture or the right to practice as an architect in the country where he/she is qualified or in the country where he/she currently resides or practices.


Section IV: Procedure

   IV.1) Description

      IV.1.2) Type of contest Restricted      
      
               Number of participants to be contemplated: 6

      IV.1.7) Names of participants already selected: (in the case of a restricted contest)      
          Not Provided

      IV.1.9) Criteria for the evaluation of projects: The selection appraisal to be invited to tender based on details provided at III.1.10 and as further stated in the Application Document

It is anticipated evaluation of Competition Entries will be based upon:
— The response to the brief and a number of project specific method statements as stated in the procurement documents
— The quality of design proposals and presentation
— Design Fees.
Further details will be as stated in the Invitation to Tender

   IV.2) Administrative information

      IV.2.2) Time limit for receipt of projects or requests to participate
         Date: 08/01/2018          
         Time: 12:00

      IV.2.3) Date of dispatch of invitations to participate to selected candidates (in the case of a restricted contest): 19/02/2018

      IV.2.4) IV.2.4) Languages in which projects or requests to participate may be drawn up:
             English       

   IV.3) Rewards and jury

      IV.3.1) Information about prize(s)
         A prize/prizes will be awarded: Yes
                  If yes, number and value of the prize(s) to be awarded:
               Those firms successfully invited to tender shall be awarded a Equal Honorarium prize of £10,000.
      
      IV.3.2) Details of payments to all participants
          Not Provided

      IV.3.3) Follow-up contracts
         Any service contract following the contest will be awarded to the winner or one of the winners of the contest: Yes

      IV.3.4) Decision of the jury
         The decision of the jury is binding on the contracting authority/entity: No

      IV.3.5) Names of the selected members of the jury:      
         Not Provided


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 applicants to be invited to tender will be based solely on the criteria set out for the procurement.
Under this contract the successful consultant and its supply chain may be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes within the locality of the works contract in accordance with the Council's Employment and Skills Strategy or other added value contributions to support community programmes promoted by the Council. Accordingly the contract performance may relate in particular to secondary considerations.
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./XNW5Z88D83

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XNW5Z88D83

   VI.4) Procedures for review

      VI.4.1) Review body
          Be First Regeneration Ltd
          9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
          Tel. +44 2082272757, Email: stephen.howells@befirst.london
          Internet address: www.befirst.london

      VI.4.2) Body responsible for mediation procedures
          Royal Institution of British Architects (RIBA)
          66 Portland Place, London, W1B 1AD, United Kingdom
          Tel. +44 2075805533, Email: info@riba.org

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Be First Regeneration Ltd will be applying the full application of the Public Contracts Regulations 2015 and will, where applicable, apply a statutory standstill period of a minimum period of 10 calendar days from the point of information informing tenderers of the outcome of the tender process. This notification shall include all necessary information on the award decision.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/12/2017


View any Notice Addenda

UK-Barking: Architectural and related services.

Preliminary Questions
   This contest is covered by: Directive 2014/24/EU

Section I: Contracting Authority / Entity

   I.1) Name and Addresses:
       Be First Regeneration Limited
       9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
       Tel. +44 2082272757, Email: stephen.howells@lbbd.gov.uk
       Contact: Stephen Howells
       Main Address: 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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: Development and Regeneration


Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Design Team for Gascoigne East Phase 2 (Weavers Quarter) Housing Development            
      Reference number: DC-2017-0037

      II.1.2) Main CPV code:
         71200000 - Architectural and related services.
         71220000 - Architectural design services.
         71400000 - Urban planning and landscape architectural services.


   II.2) Description

      II.2.4) Description of the procurement: Be First Regeneration Ltd (www.befirst.london), on behalf of the London Borough of Barking and Dagenham, is looking to appoint an architectural design team to undertake a Masterplan review and project design, through a design competition.
The Gascoigne Estate East (Weavers Quarter) project will be delivered by the Council’s wholly owned development company Be First. It is anticipated that the successful design team will complete:
a) Masterplan review of phase 2;
b ) a wider review of phases 3 and 4;
c) deliver the project design brief.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

Section IV: Procedure

   IV.1) Description

      IV.1.2) Type of contest: Restricted      
      
               Number of participants to be contemplated: 6
      IV.1.9) Criteria for the evaluation of projects: The selection appraisal to be invited to tender based on details provided at III.1.10 and as further stated in the Application Document

It is anticipated evaluation of Competition Entries will be based upon:
— The response to the brief and a number of project specific method statements as stated in the procurement documents
— The quality of design proposals and presentation
— Design Fees.
Further details will be as stated in the Invitation to Tender

   IV.2) Administrative information

      IV.2.1) Previous publication concerning this procedure (Design contest notice)
         Previous publication concerning this procedure: Yes             
         Notice number in OJ: 2017/S 237 - 492665
      


Section V: Results of contest

   The contest was terminated without an award or attribution of prizes: No


   V.3) Award and prizes

      V.3.1) Date of the jury decision: 10/05/2018

      V.3.2) Information about participants
         Number of participants to be contemplated: 5         
         Number of participating SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
         Number of participants from other countries: 1

      V.3.3) Name(s) and address(es) of the winner(s) of the contest
         
         1: Winner name and address
             White Arkitekter
             27 Charlotte Road, London, EC2A 3PB, United Kingdom
             Email: Linda.theil@white.se
             NUTS Code: UKI
            The winner is an SME: Yes
         
         2: Winner name and address
             HTA Architects
             78 Chamber Street, Whitechapel, London, E1 8BL, United Kingdom
             Email: Simon.bayliss@hta.co.uk
             NUTS Code: UKI
            The winner is an SME: Yes
         

      V.3.4) Value of the prize(s)
         Value of the prize(s) awarded excluding VAT: Not Provided          
         Currency: Not Provided

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 applicants to be invited to tender will be based solely on the criteria set out for the procurement.
Under this contract the successful consultant and its supply chain may be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes within the locality of the works contract in accordance with the Council's Employment and Skills Strategy or other added value contributions to support community programmes promoted by the Council. Accordingly the contract performance may relate in particular to secondary considerations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=325784001

   VI.4) Procedures for review

      VI.4.1) Review body
          Be First Regeneration Ltd
          9th Floor, Maritime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
          Tel. +44 2082272757, Email: stephen.howells@befirst.london
          Internet address: www.befirst.london

      VI.4.2) Body responsible for mediation procedures
          Royal Institution of British Architects (RIBA)
          66 Portland Place, London, W1B 1AD, United Kingdom
          Tel. +44 2075805533, Email: info@riba.org

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Be First Regeneration Ltd will be applying the full application of the Public Contracts Regulations 2015 and will, where applicable, apply a statutory standstill period of a minimum period of 10 calendar days from the point of information informing tenderers of the outcome of the tender process. This notification shall include all necessary information on the award decision.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/06/2018


View Award Notice