Architectural and Design Consultancy Service London
The Masterplanner will need to offer a complete one stop shop required to provide the following (but not limited to) strategic, co-ordinated and integrated Master Plan advice, comprising Architectural, Landscape, Ecology, Utility and Transport design services and associated specialist advice.
United Kingdom-London: Advisory architectural services
2014/S 187-330308
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street, Kensington
For the attention of: Ernest Raw
W8 7NX London
UNITED KINGDOM
Internet address(es):
Electronic submission of tenders and requests to participate: www.capitalesourcing.com
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:
The Masterplanner will need to offer a complete one stop shop required to provide the following (but not limited to) strategic, co-ordinated and integrated Master Plan advice, comprising Architectural, Landscape, Ecology, Utility and Transport design services and associated specialist advice. These services will be required initially for the School and SEN with the Housing element to follow at the appropriate time.
The successful Masterplanner will also be expected to act as Design Team Lead Consultant and will need to appoint and manage all design sub-consultants directly and/or be able to provide the required service in house.
The Masterplan will look at feasible options for the development of neighbouring sites which are all located in North Kensington. Due to programme constraints, we would envisage the successful bidder to commence both elements i.e. the Masterplan and the detailed design of two new schools concurrently.
It is currently proposed that the successful bidder will be selected in January 2015. The Council would like to be in a position to assess the Masterplan preferred option by April 2015 and school designs to enable a start on site no later than January 2016.
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: Site at Barlby Primary School, Treverton Estate and part of Balfour of Burleigh Estate, Barlby Road, Kensington, London, W10 6BH.
The services are to include Architectural services, Design Team Lead Consultant services, Engineering services, Integrated Engineering services, Masterplanning, including urban, street and landscape engineering services, related scientific and technical consulting services, technical testing and analysis services, including the management and co-ordination of site surveys and investigations.
Key Outputs
A concept scheme and masterplanning/landscape strategy, including infrastructure and public realm.
A planning strategy, programme and risk assessment.
A Housing decant and phasing strategy.
A scoping, coordination and management of Environmental Impact Assessment (EIA).
A community engagement strategy.
The preparation, submission, advocacy and determination of a parameters based outline planning application with all relevant supporting documents.
Responsible for the preparation, submission, and attendance at necessary through the pre-application process and resident consultation,
Achieve Outline Planning Consent.
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)
71210000, 71241000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
We are seeking to procure Architect’s consultancy service with associated specialist advice (including Lead Consultant’s role for the Design Team) to develop the site at Barlby Primary School, Treverton Estate and part of Balfour of Burleigh Estate, Kensington, London for a new 2 Form Entry Primary School, a new Special Education Needs School and increased housing on the adjoining sites.
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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: Candidates must have a three year mean average turnover of GBP 2 000 000 per year. Single organisations must exceed the Turnover Threshold. A consortium must exceed the Turnover Threshold. In order to calculate whether a consortium exceeds the Threshold, the three year mean average turnover for each consortium member will be calculated and for each consortium member, the result will be multiplied by their actual or anticipated percentage equity stake in the legal entity to be formed to deliver the services and the totals will be added together. This combined figure must equal or exceed the Turnover Threshold. For the avoidance of doubt, each member of the consortium does not need to individually exceed the Threshold. Sub-contractors employed by the consortium also do not need to exceed the Threshold. A prime contractor with sub-contractors: the prime contractor must exceed the Turnover Threshold; sub-contractors of the prime contractor do not need to exceed the Threshold. Candidates’ latest audited accounts will be appraised by independent specialist accountants and must pass the following objective test: attain a financial strength score not lower than 50/100 and an assessment that the candidate is not at higher than average risk of financial failure. Candidates must also meet minimum requirements for insurance cover that will be set out in the PQQ. Failure to pass these tests will lead to the candidate’s exclusion from the competition.
III.2.3)Technical capacity
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available to be downloaded from the capitalEsourcing system (see IV.3) below).
Minimum level(s) of standards possibly required:
The Ability to demonstrate and be in compliance with the UK’s Health and Safety legislation.
Must have previous experience of designing/constructing new primary schools, Special Education Needs School, Private and Affordable residential development of 200 units or more, plus associated infrastructure, public realm and community facilities, through RIBA Stages 0-7.
Experience of dealing with and consulting with a variety of key stakeholders, with competing priorities, for high profile schemes.
Demonstrable approach to Quality Assurance processes and procedures.
An example of a high profile residential development within a central city location.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: RIBA or equivalent.
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: The limited number of candidates will be chosen using the criteria listed in the pre-qualification questionnaire. The 6 highest scoring candidates on the basis of these criteria are to be invited to tender.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: www.capitalesourcing.com and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the user-name you chose and click ‘Save’ when complete — You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an Interest in the tender — Login to the portal with the user-name/password — Click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of on-line and off-line actions for you to perform (there is detailed on-line help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the on-line help, or contact the eTendering help desk.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: