Colchester Borough Council: Urban & Landscape Design & Masterplanning Services - Tendring Colchester Borders

  Colchester Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Urban & Landscape Design & Masterplanning Services - Tendring Colchester Borders
Notice type: Contract 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: 08/06/2018 16:15

View Full Notice

UK-Colchester: Urban planning and landscape architectural services.
Section I: Contracting Authority
      I.1) Name and addresses
             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.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-Colchester:-Urban-planning-and-landscape-architectural-services./2EET9JNE23
      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-Colchester:-Urban-planning-and-landscape-architectural-services./2EET9JNE23 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
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Urban & Landscape Design & Masterplanning Services - Tendring Colchester Borders       
      Reference Number: 0148
      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.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of 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.
      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: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: It is the contracting authority’s intention to contract for an initial 12 month terms, with an option to extend for further periods over subsequent 3 years taking the contract term to a maximum of 4 years.
      
      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: Not provided       


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       
      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
      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    
      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 OPEN
      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    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/07/2018 Time: 12:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/07/2018
         Time: 13:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-Colchester:-Urban-planning-and-landscape-architectural-services./2EET9JNE23

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2EET9JNE23
   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.4.2) 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: 08/06/2018

Annex A


View any Notice Addenda

View Award 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 - Tendring Colchester Borders            
      Reference number: 0148

      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:
                  
      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: 12
         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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Prior+Partners Ltd
             70 Cowcross Street, London, EC1M ES, United Kingdom
             NUTS Code: UKH3
            The contractor is an SME: Yes

      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=358415617

   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