Development Manager and Design Team London
The Council wishes to appoint a consultant to deliver the first phase of the project but wishes to retain the option to work with this consultant on the second stage of the project.
United Kingdom-London: Construction work
2013/S 228-396555
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Lambeth
Phoenix House 10 Wandsworth Road
Contact point(s): https://lblambeth.eu-supply.com
For the attention of: Neil Vokes
SW8 2LL London
UNITED KINGDOM
Telephone: +44 7958698594
E-mail: nvokes@lambeth.gov.uk
Internet address(es):
General address of the contracting authority: http://www.lambeth.gov.uk
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)
Section II: Object of the contract
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
NUTS code UK
The project is in two phases; the first phase is to;
— develop a viable scheme working collaboratively with the Council and it’s community partners,
— develop a funding model,
— undertake an options appraisal of delivery routes,
— obtain planning consent for the scheme.
The second phase is to deliver this scheme including;
— procuring a contractor on behalf of the council,
— managing the build contract,
— ensuring the quality and vision of the scheme is achieved within budget,
— hand over the development either to the Council or a newly established community-led vehicle.
The Council wishes to appoint a consultant to deliver the first phase of the project but wishes to retain the option to work with this consultant on the second stage of the project. The continued engagement of the consultant for the second phase will be at the sole discretion of the Council and such a decision is likely to be based on the achievement of KPI’s and targets. Phase 1 has an estimated value of GBP 1 000 000 and an estimated project time scale of 12 months. Phase 2 has an estimated value of GBP 2 500 000 and an estimated project time scale of 60 months.
Further information is set out in the memorandum of information available from the contact point specified in I.1).
A bidders day will take place on 4 December details are contained in the memorandum of information If you are interested in attending then please register by contacting Neil Vokes on nvokes@lambeth.gov.uk
There is also a major aspiration for the community to take on a long term stewardship role in the new development. The form that this takes will require further work and the involvement of the development partner as they would be required to assist with the setting up of the structure. Models being explored include that of a Community Land Trust or of a Housing Cooperative; whereby each resident in the new development would be a Member of the Community Land Trust and the Community Land Trust would own the freehold or long leasehold of the site.
45000000, 70000000, 71000000
The project is in two phases; the first phase is to;
— develop a viable scheme working collaboratively with the Council and it’s community partners,
— develop a funding model,
— undertake an options appraisal of delivery routes,
— obtain planning consent for the scheme.
The second phase is to deliver this scheme including;
— procuring a contractor on behalf of the council,
— managing the build contract,
— ensuring the quality and vision of the scheme is achieved within budget,
— hand over the development either to the Council or a newly established community-led vehicle.
The Council wishes to appoint a consultant to deliver the first phase of the project but wishes to retain the option to work with this consulatnt on the second stage of the project. The continued engagement of the consultant for phase 2 will be at the sole discretion of the Council and such a decision is likely to be based on the achievement of KPI’s and targets. Phase 1 has an estimated value of GBP 1 000 000 and an estimated project time scale of 12 months. Phase 2 has an estimated value of GBP 2 500 000 and an estimated project time scale of 60 months.
Further information is set out in the memorandum of information available from the contact point specified in I.1).
A bidders day will take place on 4 December details are contained in the memorandum of information If you are interested in attending then please register by contacting Neil Vokes on nvokes@lambeth.gov.uk
There is also a major aspiration for the community to take on a long term stewardship role in the new development. The form that this takes will require further work and the involvement of the development partner as they would be required to assist with the setting up of the structure. Models being explored include that of a Community Land Trust or of a Housing Cooperative; whereby each resident in the new development would be a Member of the Community Land Trust and the Community Land Trust would own the freehold or long leasehold of the site.
Estimated value excluding VAT: 3 500 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Requirements for these will be included in the contract documents.
Minimum level(s) of standards possibly required: These are set out in the Pre-Qualification Questionnaire (PQQ) obtainable from the contact point at I.1) above.
These are set out in the Pre-Qualification Questionnaire (PQQ) obtainable from the contact point at I.1) above.
Minimum level(s) of standards possibly required:
These are set out in the Pre-Qualification Questionnaire (PQQ) obtainable from the contact point at I.1) above.
Section IV: Procedure
Section VI: Complementary information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://lblambeth.eu-supply.com
Point II.1.9) – the Council may accept variant bids in addition to a standard bid as set out in the tender/contract documents provided that the Council’s core requirements are met and provided the variant is submitted in accordance with the tender/contract documents.
Point IV.3.4) Requests to participate must be made by completion and return of the pre qualification questionnaire by the date and time specified in point IV.3.4) and in accordance with the instructions set out in the pre-qualification questionnaire. Completed pre-qualification questionnaires submitted after the deadline may not be considered. They must be returned to the address set out in the pre qualification questionnaire.
The pre qualification questionnaire and a Memorandum of Information are available in electronic format from the contact point specified in I.1).
Bidding and bid costs are entirely at the risk of bidders and will not be refunded by the contracting authority under any circumstances. The contracting authority shall not be responsible for any costs, charges or expenses incurred by candidates or tenderers and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates and time periods specified in this notice are only provisional and the contracting authority reserves the right to change these.
The contracting authority reserves the right to not award any or part of this contract.
Candidates are advised that the contracting authority is subject to the Freedom of Information Act 2000 (“the Act”). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The contracting authority shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
High Court
Royal Court of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:21.11.2013