By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Procurement of an architect's consultancy service to develop the site at Edenham Way for housing.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Royal Borough of Kensington and Chelsea
Hornton Street
For the attention of: Ernest Raw
W8 7NX London
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.rbkc.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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
General public services
Health
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:
Procurement of an architect's consultancy service to develop the site at Edenham Way for housing.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: 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: Site at Edenham Way, Elkstone Road, Kensington, London. W10.

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.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Procurement of an architect's consultancy service to develop the site at Edenham Way for housing.
II.1.6)Common procurement vocabulary (CPV)

71210000, 71245000, 71221000, 71243000, 71210000, 71241000

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: no
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:
The Royal Borough of Kensington and Chelsea is seeking expressions of interest from architectural practices experienced in delivering Projects from RIBA Stage 1 through to RIBA Stage 7 (with breaks at all key RIBA Stages) including information and documentation required for planning applications in residential buildings. We are seeking to procure an Architect's consultancy service with associated Structural, Mechanical and Electrical Engineers and Landscape Architects Consultancy Service (including Lead Consultant's role for the Design Team) to develop the site at Edenham Way for housing.
Estimated value excluding VAT:
Range: between 350 000 and 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Information and formalities necessary for evaluating if requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available to be downloaded from the capitalEsourcing system (see IV.3) below).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available to be downloaded from the capitalEsourcing system (see IV.3) below).
Minimum level(s) of standards possibly required: Candidates must have a three year mean average turnover of GBP 2 million per year. Single organisations must exceed the Turnover Threshold. A consortium must exceed the Turnover Threshold. In order to calculate whether a consortium exceeds the Threshold, the three year mean average turnover for each consortium member will be calculated and for each consortium member, the result will be multiplied by their actual or anticipated percentage equity stake in the legal entity to be formed to deliver the services and the totals will be added together. This combined figure must equal or exceed the Turnover Threshold. For the avoidance of doubt, each member of the consortium does not need to individually exceed the Threshold. Sub-contractors employed by the consortium also do not need to exceed the Threshold. A prime contractor with sub-contractors: the prime contractor must exceed the Turnover Threshold; sub-contractors of the prime contractor do not need to exceed the Threshold. Candidates' latest audited accounts will be appraised by independent specialist accountants and must pass the following objective test: attain a financial strength score not lower than 50/100 and an assessment that the candidate is not at higher than average risk of financial failure. Candidates must also meet minimum requirements for insurance cover that will be set out in the PQQ. Failure to pass these tests will lead to the candidate's exclusion from the competition.
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: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available to be downloaded from the capitalEsourcing system (see IV.3) below).
Minimum level(s) of standards possibly required:
The Ability to demonstrate and be in compliance with the UK's Health and Safety legislation.
Must have previously constructed a residential development of 60 units or more through to RIBA Stage 7.
An example of previously working with a Grade II* Listed Building.
An example of a residential development within a central city location.
III.2.4)Information about reserved contracts
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: yes
Reference to the relevant law, regulation or administrative provision: RIBA or equivalent.
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 minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: The limited number of candidates will be chosen using the criteria listed in the pre-qualification questionnaire. The six highest scoring candidates on the basis of these criteria are to be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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.3.1)File reference number attributed by the contracting authority:
RBKC/ERT0024
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

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
Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: www.capitalesourcing.com and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box.
3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: A minimum 10 calendar day standstill period will be incorporated at the point information on the award of the contract is communicated to interested service providers. Interested service providers who are unsuccessful shall be informed as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation periods (in general 30 days beginning with the date when the economic operator first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authorities (as defined in the Regulations) to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the contracting authorities to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow an application to be made to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.11.2013