II.1)
Scope of the procurement
London Borough of Lambeth Asset Delivery Partners
Reference number:
LBL/FD/HS/ADP
71000000
-
Architectural, construction, engineering and inspection services
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
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).
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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).
Price is not the only award criterion and all criteria are stated only in the procurement documents
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