Contract notice

Information

Published

Expire date: 19/04/2022

External Reference: 2022-544886

FTS Reference: 2022-007481

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: Fola Duyile
Telephone: +44 02079260644
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=44987&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

Waterloo Station MasterPlan
Reference number:  FD/HS/WaterlooMasterPlan
II.1.2)

Main CPV code

71221000  -  Architectural services for buildings
II.1.3)

Type of contract

Services
II.1.4)

Short description

Consultancy services for the development of a strategic Masterplan for Waterloo Station
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48628000  -  Micro-channel architecture
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71300000  -  Engineering services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71400000  -  Urban planning and landscape architectural services
72224000  -  Project management consultancy services
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

Single consultancy contract for the development of a strategic masterplan for Waterloo Station
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9
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: no
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

List and brief description of selection criteria:  
• Public Liability - £5M
• Professional Indemnity - £5M
• Employers’ liability - £5M
• Product Liability - £1M
• Professional Indemnity - £2M
Minimum Turnover Threshold - £800,000
III.2)

Conditions related to the contract

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/04/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

London Borough of Lambeth
Town Hall
Brixton
SW2 1RW
UK

VI.4.2)

Body responsible for mediation procedures

London Borough of Lambeth
Town Hall
Brixton
SW2 1RW
UK

VI.4.4)

Service from which information about the review procedure may be obtained

London Borough of Lambeth
Town Hall
Brixton
SW2 1RW
UK