Date of dispatch of this notice: 05/11/2014
Expire date: 05/12/2014
External Reference: 2014-492823
TED Reference: 2014/S 216-382480
Date of dispatch of this notice: 05/11/2014
Expire date: 05/12/2014
External Reference: 2014-492823
TED Reference: 2014/S 216-382480
Architectural services and lead consultancy services at 7 infill sites
London
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.
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
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
A detailed description of the lot can be found in the
relevant contract specific questionnaire in the “Access
Documents“ section.
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.
Payments will be made in accordance with the standard terms of payment
detailed in the tender documents.
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.
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).
As set out in the pre-qualification questionnaire (PQQ).
(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.
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.
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.
Please refer to the PQQ.
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.
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.
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.