Tender for Master Planning Services in London
Old Oak and Park Royal Master-planning Services.
United Kingdom-London: Architectural and related services
2016/S 105-187816
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House, 42- 50 Victoria St
Contact point(s): Transport for London
For the attention of: Parveen Khaila
SW1H 0TL London
UNITED KINGDOM
E-mail: parveenkhaila@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: http://https://eprocurement.tfl.gov.uk
Electronic access to information: http://https://eprocurement.tfl.gov.uk
Electronic submission of tenders and requests to participate: http://https://eprocurement.tfl.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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Old Oak and Park Royal Development Corporation
Greater London Authority, City Hall, The Queen’s Walk
SE1 2AA London
UNITED KINGDOM
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
NUTS code UK
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)
71200000
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:
OPDC’s objectives for this commission are to:
— Establish a master-plan which is commercially viable, technically deliverable, and reflects the quality and sustainability aspirations set out in the Local Plan and related studies, to support OPDC’s role as landowner;
— Build confidence within the market by securing an outline planning permission for the comprehensive and ambitious redevelopment of Old Oak;
— Establish an overarching vision for the Old Oak area shared by partners and stakeholders, and which provides a clear context for third party developers to ensure their schemes are fully integrated with the wider place being created;
— Inform OPDC planning policy;
— Meet MoU requirements for an Old Oak master-plan to be prepared, linked to the transfer of publicly owned land to OPDC.
As part of this commission, OPDC will be expecting the master-planning team to work collaboratively with OPDC’s commercial/property and infrastructure advisors to provide information to feed into their iterative financial appraisals of the master-plan. In addition, the team will work collaboratively with surrounding landowners who have significant landholdings, and other emerging delivery agents such as HS2, TfL and Network Rail to ensure all development proposals will ultimately be fully integrated.
This work will ultimately support OPDC in bringing forward the timely delivery of 1 000s of jobs and homes, to create an exemplar new community and to make the most of this significant opportunity.
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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
III.2.3)Technical capacity
Please see PQQ and ITT Documents.
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: Please see PQQ and ITT Documents.
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
Prior information notice
Notice number in the OJEU: 2016/S 050-900573 of 4.5.2016
IV.3.4)Time limit for receipt of tenders or requests to participate
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 is a competitive procurement conducted in accordance with the Public Contracts Regulations 2015. Responses to the PQQ will be used as the 1st stage of the selection process to identify companies to be invited to submit a tender. Companies that meet the requirements will be invited to participate in the 2nd stage (Invitation to Tender) of the procurement.
Transport for London (TfL) is undertaking this procurement on behalf of the Old Oak and Park Royal Development Corporation (OPDC).
Organisations interested in being considered for the tender for this opportunity should express their interest by means of completing a Pre-Qualification Questionnaire (PQQ) detailing their capabilities. This document is available through the TfL eTendering portal.
Register your organisation on the TfL eTendering portal (this is only required once). If you have already registered there is no need to do so again, otherwise the instructions for registration are as follows:
— Browse to the eTendering portal: https://eprocurement.tfl.gov.uk/epps/home.do
— Click the ‘Register as a Supplier’ link and follow the instructions.
If you require any further assistance use the online help, or the Help desk is available Mon-Fri (8:00-17:00) on:
— Email: tfl-eproc-helpdesk@eurodyn.com
— Phone. 0800 0 740 503.
Once you have completed the above registration process, you will be able to find the PQQ for this Notice. The Contract resulting from this call for competition may be awarded by and may be for the benefit of TfL and the OPDC as listed above. The Contracting Authority reserves the right to award the Contract in whole or in part or not at all as a result of this call for competition. The Contracting Authority shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract(s). All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in pound sterling and all payments under the Contract will be made in pound sterling.
VI.4.1)Body responsible for appeal procedures
Transport for London
Commercial Services, 16th Floor, Windsor House, 42-50 Victoria Street
SW1H 0TL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Such additional information should be requested from the address in I.1) above. If an appeal regarding the award of a Contract has not been successfully resolved, the Public Contracts Regulations 2015 (R 86/87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action to the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). If a Contract Award has been entered into, the Court may only award damages.
VI.5)Date of dispatch of this notice:
Related Posts
New Build Construction – Portland Park Development
Design and Build Cultural Venue for British Film Institute
Property Condition Surveys Framework Barnsley
Framework Agreement for Construction Consultancy Services