Estate Regeneration Programme London
The Council now wishes to procure development management teams to assist the Council to take forward the regeneration of the 2 largest estates in the programme.
United Kingdom-London: Real estate services
2016/S 026-042344
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Lambeth
n/a
3rd Floor, Olive Morris House, Brixton Hill
For the attention of: Andrew Sternberg
SW2 1 RL London
UNITED KINGDOM
Telephone: +44 2079263693
E-mail: Asternberg@lambeth.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/18
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14822&B=LBLAMBETH
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14822&B=LBLAMBETH
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
70000000, 70110000, 70111000, 71000000, 71200000, 71210000, 71220000, 71221000, 71240000, 71241000, 71242000, 71243000, 71244000,71245000, 71246000, 71247000, 71248000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Estate Regeneration Programme — Development Manager for Central Hill
1)Short description
2)Common procurement vocabulary (CPV)
70000000, 70110000, 70111000, 71000000, 71200000, 71210000, 71220000, 71221000, 71240000, 71241000, 71242000, 71243000, 71244000,71245000, 71246000, 71247000, 71248000
Lot No: 2 Lot title: Estate Regeneration Programme — Development Manager for Fenwick
1)Short description
2)Common procurement vocabulary (CPV)
70000000, 70110000, 70111000, 71000000, 71200000, 71210000, 71220000, 71221000, 71240000, 71241000, 71242000, 71243000, 71244000,71245000, 71246000, 71247000, 71248000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See PQQ information document obtainable from contact point I.1) above.
III.2.3)Technical capacity
See PQQ information document obtainable from contact point I.1) above.
Minimum level(s) of standards possibly required:
See PQQ information document obtainable from contact point 1.1 above.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See PQQ information document obtainable from contact point I.1) above.
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 225-409725 of 20.11.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: