Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework Agreement for Architectural Services |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs. The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density. |
Published: | 08/08/2018 15:14 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Catalyst Housing Ltd
Ealing Gateway, London, W5 2AU, United Kingdom
Tel. +44 2085637065, Email: lakshman.gill@chg.org.uk
Contact: Lakshman Gill
Main Address: https://www.delta-esourcing.com/respond/8XEABG965K
NUTS Code: UKI73
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/respond/8XEABG965K
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/8XEABG965K 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: https://www.delta-esourcing.com/respond/8XEABG965K
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: Framework Agreement for Architectural 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: Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs.
The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density.
II.1.5) Estimated total value:
Value excluding VAT: 40,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71223000 - Architectural services for building extensions.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
II.2.3) Place of performance:
UKI73 Ealing
II.2.4) Description of procurement: Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs.
The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density.
This procurement is being undertaken by Catalyst Housing Limited on behalf of all members (from time to time) of the Catalyst Housing Group but who currently comprise, Catalyst Charitable Trust, CHL Developments, Vintage Care, Barnet Community Homes, Catalyst by Design Limited, Southall Day Centre Ltd, Catalyst Finance Ltd, Catalyst Developments (Brent) Ltd and Dee Park Developments (Catalyst) Ltd, as well as any successor body of any of the organisations listed, and any subsidiary, subsidiary undertaking, holding company and/or associate (from time to time) of the aforementioned entities and any entity of which the aforementioned entities is a subsidiary, subsidiary undertaking, holding company and/or associate (from time to time), as such terms are defined in Section 1162 of the Companies Act 2006, s271 of the Housing and Regeneration Act 2008 and/or Section 15 of the Friendly and Industrial and Provident Societies Act 1968.The Catalyst Housing Group members will be entitled to rely on the framework agreement and to call-off contracts under the framework agreement directly. In addition, subject to Catalyst’s prior written consent but without any obligation for them to participate, the members of the G15 Housing Group and any registered provider (as listed on the Statutory Register of Providers of Social Housing maintained by the Homes and Communities Agency, available on their website) and listed on the Tenant Services Authority Website: (www.tenantservicesauthority.org), Local Authorities and ALMOs operating within the UK shall also be entitled to rely on and call-off contracts under the framework agreement.
Suppliers can access the SQ and Tender documents using the following access code: 8XEABG965K
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 40,000,000
Currency: GBP
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:
Envisaged minimum number: 8
/ Maximum number: 12
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: 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
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
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: 15
The procurement involves the setting up of a dynamic purchasing system
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: 07/09/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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
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: 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./8XEABG965K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8XEABG965K
VI.4) Procedures for review
VI.4.1) Review body:
Catalyst Housing Limited
Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2085637065
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: 08/08/2018
Annex A
I) Addresses and contact points from which further information can be obtained:
Catalyst Housing Limited
Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2085637065, Email: lakshman.gill@chg.org.uk
Main Address: https://www.delta-esourcing.com/respond/8XEABG965K
NUTS Code: UKI73
View any Notice Addenda
UK-London: Architectural and related services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Catalyst Housing Ltd
Ealing Gateway, London, W5 2AU, United Kingdom
Tel. +44 2085637065, Email: lakshman.gill@chg.org.uk
Contact: Lakshman Gill
Main Address: https://www.delta-esourcing.com/respond/8XEABG965K
NUTS Code: UKI73
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for Architectural 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: Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs.
The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 08/08/2018
VI.6) Original notice reference:
Notice Reference: 2018 - 227324
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 08/08/2018
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.5
Lot No: Not provided
Place of text to be modified: Weighting 70 Quality 30 Cost
Instead of: Weighting 60 Quality 40 Cost
Read: Weighting 70 Quality 30 Cost
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.2.5
Lot No: Not provided
Place of text to be modified: Weighting 70 Quality 30 Cost
Instead of: Weighting 60 Quality 40 Cost
Read: Weighting 70 Quality 30 Cost
VII.2) Other additional information: The Weightings will be 70 Quality and 30 Cost.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=338236690
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Catalyst Housing Ltd
Ealing Gateway, London, W5 2AU, United Kingdom
Tel. +44 2085637065, Email: lakshman.gill@chg.org.uk
Contact: Lakshman Gill
Main Address: https://www.delta-esourcing.com/respond/8XEABG965K
NUTS Code: UKI73
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:
Regional or local authority
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for Architectural 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: Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs.
The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 40,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
71222000 - Architectural services for outdoor areas.
71223000 - Architectural services for building extensions.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
II.2.3) Place of performance
Nuts code:
UKI73 - Ealing
Main site or place of performance:
Ealing
II.2.4) Description of the procurement: Catalyst Housing Ltd (The Authority) has a significant development programme, and has a pipeline target of delivering 1,000 homes per year by 2020. The requirements include mainly the provision of new homes including affordable rented accommodation, low cost home ownerships, private sale, mixed tenure schemes and some major refurbishment and regeneration. The critical part of its successful delivery is putting in place a long-term arrangement with a selected number of key partners to better reflect our evolving needs.
The Authority is seeking to establish a Framework Agreement for a period of four (4) years for Architectural Services including Landscape Design, Garage Design, Masterplanning and High Density.
This procurement is being undertaken by Catalyst Housing Limited on behalf of all members (from time to time) of the Catalyst Housing Group but who currently comprise, Catalyst Charitable Trust, CHL Developments, Vintage Care, Barnet Community Homes, Catalyst by Design Limited, Southall Day Centre Ltd, Catalyst Finance Ltd, Catalyst Developments (Brent) Ltd and Dee Park Developments (Catalyst) Ltd, as well as any successor body of any of the organisations listed, and any subsidiary, subsidiary undertaking, holding company and/or associate (from time to time) of the aforementioned entities and any entity of which the aforementioned entities is a subsidiary, subsidiary undertaking, holding company and/or associate (from time to time), as such terms are defined in Section 1162 of the Companies Act 2006, s271 of the Housing and Regeneration Act 2008 and/or Section 15 of the Friendly and Industrial and Provident Societies Act 1968.The Catalyst Housing Group members will be entitled to rely on the framework agreement and to call-off contracts under the framework agreement directly. In addition, subject to Catalyst’s prior written consent but without any obligation for them to participate, the members of the G15 Housing Group and any registered provider (as listed on the Statutory Register of Providers of Social Housing maintained by the Homes and Communities Agency, available on their website) and listed on the Tenant Services Authority Website: (www.tenantservicesauthority.org), Local Authorities and ALMOs operating within the UK shall also be entitled to rely on and call-off contracts under the framework agreement.
Suppliers can access the SQ and Tender documents using the following access code: 8XEABG965K
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: Yes
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
Notice number in the OJEU: 2018/S 154-353398
IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice: No
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: 16/05/2019
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Weston Williamson, OC375867
12 Valentine Pl, South Bank, London, SE1 8QF, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
Bell Philips, 5099481
c/o Grunberg & Co, 5 Technology Park, Colindeep Lane, London, NW9 6BX, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Austin-Smith:Lord, OC315362
Port of Liverpool Building, Pier Head, Liverpool, L3 1B, United Kingdom
NUTS Code: UKD72
The contractor is an SME: Yes
Contractor (No.4)
Levitt Bernstein, 01960584
Thane Studios, 2 – 4 Thane Villas, London, N7 7PA, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
Architype, 04732075
Unity Wharf, 13 Mill St, London, SE1 2BH, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.6)
Child Graddon Lewis, 03191447
Studio 1, 155 Commercial St, Spitalfields, London, E1 6BJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.7)
PRP Architects, OC361169
10 Lindsey Street, London, EC1A 9HP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.8)
Conran & Partners, 02354408
22 Shad Thames, London, SE1 2YU, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.9)
Architecture PLB, 02385160
St Thomas Street, Winchester, SO23 9HD, United Kingdom
NUTS Code: UKJ3
The contractor is an SME: Yes
Contractor (No.10)
Hawkins Brown, OC337427
159 St John St, Farringdon, London, EC1V 4QJ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
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: 40,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
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: 16/05/2019
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Sheppard Robson, OC391030
77 Parkway, London, NW1 7P, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
Pollard Thomas Edwards, OC395916
Diespeker Wharf, 38 Graham Street, London, N1 8JX, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Maccreanor Lavington Limited, 04944069
77 Bastwick Street, London, EC1V 3PZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
Karakusevic Carson Architects, OC309148
Unit E03, The Biscuit Factory, 100 Clements Road, London, SE16 4DG, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
C F Moller, 05285372
Metropolitan Wharf, 70 Wapping Wall, London, E1W 3SS, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.6)
BPTW, OC301697
40 Norman Road, Greenwich, London, SE10 9QX, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.7)
John Thompson & Partners LLP, OC328386
115c Milton Road, Cambridge, CB4 1XE, United Kingdom
NUTS Code: UKH12
The contractor is an SME: Yes
Contractor (No.8)
Allies & Morrison LLP, OC404597
85 Southwark Street, London, SE1 0HX, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
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: 40,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://catalyst.delta-esourcing.com/delta/viewNotice.html?noticeId=691395032
VI.4) Procedures for review
VI.4.1) Review body
Catalyst Housing Limited
Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
Tel. +44 2085637065
VI.4.2) Body responsible for mediation procedures
Royal Court of Justice
Strand, London, WC2A 2LL, United Kingdom
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
Royal Court of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 18/05/2022