Contract notice

Information

Published

Expire date: 20/12/2021

External Reference: 2021-512847

FTS Reference: 2021-028963

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Folashade Duyile
NUTS code:  UKI45 -  Lambeth
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40782&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

London Borough of Lambeth Asset Delivery Partners
Reference number:  LBL/FD/HS/ADP
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth is seeking to appoint two Asset Delivery Partners, one for the North and one for the South of the Borough. The procurement process will follow the Restricted Procedure. The contract will have two main functions; to specify and manage major work projects (planned and procured by the Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The contract will be for an initial term of 3 years with two options to extend by a further year (3 + 1 + 1). The Contract is not exclusive and the Consultant will be instructed to provide services for projects as and when required by the Council. The Contract will be divided into two geographical lots and will have a total value of approx. GBP £1,758,350 per lot.
II.1.5)

Estimated total value

Value excluding VAT: 3516700.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

Asset Delivery Partner - North
Lot No:  1
II.2.2)

Additional CPV code(s)

71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
71315200  -  Building consultancy services
71315300  -  Building surveying services
71317210  -  Health and safety consultancy services
71319000  -  Expert witness services
71324000  -  Quantity surveying services
71510000  -  Site-investigation services
71530000  -  Construction consultancy services
72224000  -  Project management consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

This Contract is for the North Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects.
The Services outlined in the specification include, but are not limited to, the following disciplines:
• Lead Consultant;
• Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template;
• Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales;
• Contract Administrator – the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales;
• Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales;
• Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales;
• CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales;
• Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales;
• Employers Agent;
• Party Wall Surveys;
• Condition Surveys;
• Clerk of Works;
• Structural engineering;
• Town and Country Planning
• Housing Law; Landlord and Tenant;
• Expert Witness;
• BIM Manager.
The Consultant shall be expected to provide the following services without limitation:
• Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements;
• Technical support of programmes of works including, but not limited to:
o Survey;
o Design;
o Specification;
o Cost proposals;
o Planning.
• Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner;
• Technical project management;
• Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD);
• Clerk of works;
• Employer’s agent;
• Contract administration; and
• Final account management.
As part of this Agreement the Consultant shall deliver the required following outputs:
• Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration;
• Projects and schemes that are:
o specified in line with the Client’s key priorities - sustainability, compliance, and decent homes standard;
o costed in line with Client, the Strategic Asset Partner and leaseholder expectations;
o procured via the DPS to ensure ‘best fit’ contractors, value for money and transparency;
o delivered in time and on budget;
o exemplar and quality driven;
• Specify and manage major work projects (planned and procured by the Strategic Asset Partner).
It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1758350.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each.
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)

Description

II.2.1)

Title

Asset Delivery Partner - South
Lot No:  2
II.2.2)

Additional CPV code(s)

71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
71315200  -  Building consultancy services
71315300  -  Building surveying services
71317210  -  Health and safety consultancy services
71319000  -  Expert witness services
71324000  -  Quantity surveying services
71510000  -  Site-investigation services
71530000  -  Construction consultancy services
72224000  -  Project management consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

This Contract is for the South Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects.
The Services outlined in the specification include, but are not limited, to the following disciplines:
• Lead Consultant;
• Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template;
• Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales;
• Contract Administrator – the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales;
• Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales;
• Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales;
• CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales;
• Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales;
• Employers Agent;
• Party Wall Surveys;
• Condition Surveys;
• Clerk of Works;
• Structural engineering;
• Town and Country Planning
• Housing Law; Landlord and Tenant;
• Expert Witness;
• BIM Manager.
The Consultant shall be expected to provide the following services without limitation:
• Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements;
• Technical support of programmes of works including, but not limited to:
o Survey;
o Design;
o Specification;
o Cost proposals;
o Planning.
• Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner;
• Technical project management;
• Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD);
• Clerk of works;
• Employer’s agent;
• Contract administration; and
• Final account management.
As part of this Agreement the Consultant shall deliver the required following outputs:
• Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration;
• Projects and schemes that are:
o specified in line with the Client’s key priorities - sustainability, compliance, and decent homes standard;
o costed in line with Client, the Strategic Asset Partner and leaseholder expectations;
o procured via the DPS to ensure ‘best fit’ contractors, value for money and transparency;
o delivered in time and on budget;
o exemplar and quality driven;
• Specify and manage major work projects (planned and procured by the Strategic Asset Partner).
It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1758350.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to procurement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2020/S 178-431076
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/12/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/01/2022
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

Tender must be valid until:  24/11/2022

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please note, Applicants are not permitted to choose which Lot they apply for. However, should note that at tender stage; the top scoring Tenderer shall be awarded the Lot it has stated it prefers, and in the absence of such preference; the top scoring Tenderer will be awarded Lot 1 and the second placed Tenderer shall be awarded the other Lot.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
United Kingdom
London
SW1 2AS
UK