Contract award notice

Information

Published

Date of dispatch of this notice: 03/07/2015

External Reference: 2015-428732

TED Reference: 2015/S 129-238265

Contract award notice

Contract award 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
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:

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.1.4)

    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.1.5)

    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
    70000000   Real estate services
    70121100   Building sale services
    II.1.6)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.2)

    Total final value of contract(s)

    II.2.1)

    Total final value of contract(s)

    Value: 4292830 GBP
    Excluding VAT

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of
    1. Price . Weighting 70
    2. Project Team . Weighting 6
    3. Design Management . Weighting 5
    4. Awareness & Understanding of the projects in the Lot  . Weighting 5
    5. Engineering - Design Quality . Weighting 5
    6. Employers Agent / Contract Administrator . Weighting 5
    7. Cost Management . Weighting 5
    8. Workforce standards, equality, social and enviironmental benefits . Weighting 2
    IV.2.2)

    Information about electronic auction

    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    Contract notice
    Notice number in the OJEU: 2014/S 216-382480  of 05.11.2014

    Section V: Award of contract

    Contract No: 1 Lot No: 1 - Lot title:

    Lot 1 - Raglan Street and Hadley Street – Lead Consultant

    V.1)

    Date of contract award decision:

    03.06.2015
    V.2)

    Information about offers

    Number of offers received: 6
    Number of offers received by electronic means: 6
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Ikon Consultancy LLP
    1 Great Tower Street
    EC3R 5AA  London
    UK
    Telephone: +44 2072808060
    E-mail: tenderalerts@ikonconsultancy.com
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 985280 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no
    Contract No: 2 Lot No: 2 - Lot title:

    Lot 2 – Three Fields and Harrington Square – Lead Consultant

    V.1)

    Date of contract award decision:

    03.06.2015
    V.2)

    Information about offers

    Number of offers received: 6
    Number of offers received by electronic means: 6
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Ikon Consultancy LLP
    1 Great Tower Street
    EC3R 5AA  London
    UK
    Telephone: +44 2072808060
    E-mail: tenderalerts@ikonconsultancy.com
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 976250 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no
    Contract No: 3 Lot No: 3 - Lot title:

    Lot 3 – Chalton Street, Crowndale Road & Laystall Court – Lead Consultant

    V.1)

    Date of contract award decision:

    03.07.2015
    V.2)

    Information about offers

    Number of offers received: 5
    Number of offers received by electronic means: 5
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Turner & Townsend Project Management Limited
    7 Savoy Court, Strand
    WC2R 0EX  London
    UK
    Telephone: +44 2074200934
    E-mail: james.stammers@turntown.co.uk
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 823650 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no
    Contract No: 4 Lot No: 4 - Lot title:

    Lot 4 – Raglan Street and Hadley Street - Architect

    V.1)

    Date of contract award decision:

    20.05.2015
    V.2)

    Information about offers

    Number of offers received: 5
    Number of offers received by electronic means: 5
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Matthew Lloyd Architects LLP
    1 The Hangar, Perseverance Works, 38 Kingsland Road
    E2 8DD  London
    UK
    Telephone: +44 2076131934
    E-mail: woodward.lloyd@matthewlloyd.co.uk
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 429070 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no
    Contract No: 5 Lot No: 5 - Lot title:

    Lot 5 – Three Fields and Harrington Square - Architect

    V.1)

    Date of contract award decision:

    27.05.2015
    V.2)

    Information about offers

    Number of offers received: 5
    Number of offers received by electronic means: 5
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Hawkins Brown Architects LLP
    159 St John Street
    EC1V 4QJ  London
    UK
    Telephone: +44 2073368030
    E-mail: nicolewoodman@hawkinsbrown.com
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 653125 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no
    Contract No: 6 Lot No: 6 - Lot title:

    Lot 6 – Chalton Street, Crowndale Road & Laystall Court - Architect

    V.1)

    Date of contract award decision:

    20.05.2015
    V.2)

    Information about offers

    Number of offers received: 4
    Number of offers received by electronic means: 4
    V.3)

    Name and address of economic operator in favour of whom the contract award decision has been taken

    Rick Mather Architects LLP
    123 Camden High Street
    NW1 7JR  London
    UK
    Telephone: +44 2072841727
    E-mail: lswanson@rickmather.com
    Internet address:
    V.4)

    Information on value of contract

    Total final value of the contract:
    Value: 425455 GBP
    Excluding VAT
    V.5)

    Information about subcontracting

    The contract is likely to be sub-contracted: no

    Section VI: Complementary information

    VI.1)

    Information about European Union funds

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

    Procedures for appeal

    VI.3.1)

    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.3.2)

    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.3.3)

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