Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2014

Expire date: 05/12/2014

External Reference: 2014-492823

TED Reference: 2014/S 216-382480

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

London Borough of Camden
---
5 Pancras Square
N1C 4AG  London
UK
Contact point(s): Mark Everest
Telephone: +44 2079745514
E-mail: mark.everest@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9916&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9916&B=LBCAMDEN
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

Regional or local authority
I.3)

Main activity

  • Economic and financial affairs
  • Education
  • Environment
  • General public services
  • Health
  • Housing and community amenities
  • Public order and safety
  • Recreation, culture and religion
  • Social protection
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Architectural services and lead consultancy services at 7 infill sites

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  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
    Main site or location of works, place of delivery or of performance:

    London

    NUTS code
    UKI11
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    6 separate contracts for architectural services and lead consultancy services at 7 infill sites in Camden. These are new build schemes which could provide in the region of 122 homes. The estimated value of the works contracts is £36 million. The appointed architects and lead consultantst will advance the technical and financial detail of the proposed schemes and provide supporting information for a planning application at RIBA stage 4, providing comprehensive tender information packs for expression of interest from building contractors, and then managing the construction development through to RIBA stage 7. The services required from the Lead Consultants will include: • Project & Development Management • Quantity Surveying & Cost Management • Technical Consultants – Mechanical and Electrical Engineering, Civil and Structural Engineering, and CDM/H&S Advisor • Private Sales Specification, Valuation, Marketing and Sales Advice • On-site testing, studies and surveys The Architects will be expected to deliver highly sustainable buildings, which are maintenance efficient and well designed in terms of relationship between mixed tenure residential, commercial and non-residential use classes and public realm.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    Supplementary vocabulary
    71200000   Architectural and related services
    71220000   Architectural design services
    71310000   Consultative engineering and construction services
    71311000   Civil engineering consultancy services
    71312000   Structural engineering consultancy services
    71317200   Health and safety services
    71317210   Health and safety consultancy services
    71324000   Quantity surveying services
    71420000   Landscape architectural services
    71500000   Construction-related services
    71510000   Site-investigation services
    71540000   Construction management services
    71541000   Construction project management services
    71221000   Architectural services for buildings
    71241000   Feasibility study, advisory service, analysis
    71242000   Project and design preparation, estimation of costs
    71243000   Draft plans (systems and integration)
    71244000   Calculation of costs, monitoring of costs
    71245000   Approval plans, working drawings and specifications
    71246000   Determining and listing of quantities in construction
    71313000   Environmental engineering consultancy services
    71313100   Noise-control consultancy services
    71313200   Sound insulation and room acoustics consultancy services
    71313400   Environmental impact assessment for construction
    71313410   Risk or hazard assessment for construction
    71313420   Environmental standards for construction
    71313430   Environmental indicators analysis for construction
    71313440   Environmental Impact Assessment (EIA) services for construction
    71313450   Environmental monitoring for construction
    71314000   Energy and related services
    71314100   Electrical services
    71314300   Energy-efficiency consultancy services
    71314310   Heating engineering services for buildings
    71315200   Building consultancy services
    71315210   Building services consultancy services
    71318000   Advisory and consultative engineering services
    71318100   Artificial and natural lighting engineering services for buildings
    71320000   Engineering design services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71321100   Construction economics services
    71321200   Heating-system design services
    71321300   Plumbing consultancy services
    71321400   Ventilation consultancy services
    71325000   Foundation-design services
    71327000   Load-bearing structure design services
    71328000   Verification of load-bearing structure design services
    71330000   Miscellaneous engineering services
    71332000   Geotechnical engineering services
    71333000   Mechanical engineering services
    71334000   Mechanical and electrical engineering services
    71353200   Dimensional surveying services
    71410000   Urban planning services
    71520000   Construction supervision services
    71521000   Construction-site supervision services
    71530000   Construction consultancy services
    71600000   Technical testing, analysis and consultancy services
    71630000   Technical inspection and testing services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    6 separate contracts for architectural services and lead consultancy services at 7 infill in Camden. These are new build schemes which could provide in the region of 122 homes. The estimated value of the works contracts is £36 million. Total fee value of all lots £4,320,000

    Estimated cost excluding VAT: 4320000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  11. 03. 2015  Completion  31. 03. 2017

    Information about lots

    Lot No: 1  Lot title: Raglan Street and Hadley Street - Lead Consultant
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 889000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Three Fields and Harrington - Lead Consultant
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    Supplementary vocabulary
    71300000   Engineering services
    71500000   Construction-related services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 875000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Chalton Street, Crowndale Road and Laystall Court - Lead Consultant
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    Supplementary vocabulary
    71300000   Engineering services
    71500000   Construction-related services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 756000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Raglan Street and Hadley Street - Architects
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71000000   Architectural, construction, engineering and inspection services
    71400000   Urban planning and landscape architectural services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 535000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 5  Lot title: Three Fields and Harrington - Architects
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71000000   Architectural, construction, engineering and inspection services
    71400000   Urban planning and landscape architectural services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 625000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 6  Lot title: Chalton Street, Crowndale Road and Laystall Court - Architects
    1)

    Short description:

    A detailed description of the lot can be found in the

    relevant contract specific questionnaire in the “Access

    Documents“ section.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71000000   Architectural, construction, engineering and inspection services
    71400000   Urban planning and landscape architectural services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 540000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    The Contracting Authority will set out its requirements in the tender documents. A parent company guarantee or performance bond may be required. The Contracting Authority reserves the right to require deposits, guarantees or other forms of security.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Payments will be made in accordance with the standard terms of payment

    detailed in the tender documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Providers applying as a consortium or joint venture must provide full details of each member of the consortium and confirm that the grouping is a legal venture with joint and several liabilities. Each member will be jointly and severally responsible for the performance of the contract. In the case of a consortium bid a lead contractor will be required to represent the consortium.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Description of particular conditions: The Authority reserves the right to require Applicants to meet certain economic, social and environmental conditions which will be set out in the Invitation to Tender (ITT).

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As set out in the pre-qualification questionnaire (PQQ).

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

    (2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

    Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006(as amended).

    In order to be considered those expressing an interest must have a minimum annual turnover in their most recent published accounts of 2 times (200%) the value of any lot for which they wish to be considered and a current ratio more than 0.6. An organisation will be limited to award of lots to a total of 50% of its annual turnover as shown in its most recent published accounts. These requirements are based on the risk status set by the Contracting Authority for this contract.

    The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.

    The Contracting Authority utilise financial assessment techniques in line with Cabinet Office “Supplier financial appraisal guidance” document issued in 2001 and updated in April 2008.

    To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp.

    Minimum level(s) of standards possibly required:

    Please refer to the PQQ.

    In order to be considered those expressing an interest must have a minimum annual turnover in their most recent published accounts of 2 times (200%) the value of any lot for which they wish to be considered and a current ratio more than 0.6. An organisation will be limited to award of lots to a total of 50% of its annual turnover as shown in its most recent published accounts. These requirements are based on the risk status set by the Contracting Authority for this contract.

    The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.

    The Contracting Authority utilise financial assessment techniques in line with OGC “Supplier financial appraisal guidance” document issued in 2001 and updated in April 2008.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met

    Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006 (as amended). To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp.

    Minimum level(s) of standards possibly required:

    Please refer to the PQQ.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  6
    Objective criteria for choosing the limited number of candidates: 

    For those organisations meeting the financial crirteria for a lot and not disqualified under any of the mandatory or discretionary disqualification criteria and who meet the other basic requirements set out in the pre-qualification questionnaire for the lot will have their responses to the contract specific questionnaire for each lot for which they have expressed an innterest scored and the highest scoring 6 organisations for each lot willl be invited to tender. Organisations are reminded that they mmust complete a prequalification questionnaire and respond to thhe contract specific questionnaire separately for each lot they wish to express an interest in.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    05.12.2014 - 17:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp.

    If you have not previously registered with us simply click on the New Supplier Link shown on this page and complete/submit the form. You will then receive an email quoting your unique system username and password which will enable you to access all the relevant documentation via the contract opportunities link on this page and also all future advertised contract exercises via this system. Further to item iv 1.2, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition. The Contracting Authority is not bound to accept the lowest or any tender and confirm that the issue of the Invitation to Tender or other tender documentation does not constitute any form of instruction. As such, the Contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders (or for the avoidance of doubt, PQQ‘s). Please note that all prices must be quoted in GBP. The Contracting Authority undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority‘s obligations under law, including the Freedom of Information Act 2000. However, this does not give any cast iron guarantees of confidentiality as circumstances (for example an FOIA request or a court order) may arise which require disclosure and are outside the control of the Contracting Authority. The deadline for receipt of expressions of interest shall be deemed to be met upon the receipt of a completed pre-qualification form via the Councils etendering system only. The Contracting Authority is committed to delivering social, economic and environmental benefits to its residents and local businesses. Bidders need to be aware that, should they be shortlisted, they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the Invitation to Tender and to pay the National or London living Wage to employees including their sub-contractors working on LB Camden contracts in accordance with the criteria set by the Living Wage Foundation. Tenderers should be aware that the Contracting Authority reserves the right to hold interviews during the tender process. These might be scored as part of the tender,in which case the relevant criteria will be specified in the Invitation to Tender documents. In keeping with the Contracting Authority’s commitment to sustainability, please do not include any publicity material with your submission.

    Please note, LB Camden is committed to improving road safety and reducing the risk that large vehicles (over 3.5 tonnes) pose to vulnerable road users. Should you be successful and operate large vehicles, you will be asked to meet specific Work Related Road Risk requirements by the contract start date or within a specified timeframe.

    Please note that TUPE will not apply to these contracts.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Cabinet Office
    70 Whitehall
    SW1A 2AS   London
    UK
    Internet address:
     

    Body responsible for mediation procedures

    Centre for Effective Dispute Resolution (CEDR)
    70 Fleet Street
    EC4Y 1EU   London
    UK
    Telephone: +44 2075366000
    E-mail: info@cedr.com
    Internet address: http://www.cedr.com
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    In accordance with Regulation 32 (Information about contract award procedures).

    Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended). The contracting authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained