Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 10th May 2023
Reference | ocds-h6vhtk-03c7bb |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | - |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 10th May 2023
Reference | ocds-h6vhtk-03c7bb |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
Contact
Mr Brandon Cooper
brandon.cooper [at] hackney.gov.uk
Telephone
+44 2083561751
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=c74a8cd7-20ef-ed11-8122-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=c74a8cd7-20ef-ed11-8122-005056b64545
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
Architect 1 - New Homes Programme
Reference number
DN662783
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Hackney Council seeks to procure the services of an architectural design practice to act as Lead Designer and Architect for multiple project sites within Hackney included in the Architect Design Team Package 1, which will deliver new homes and landscaping (and in some cases additional uses) as part of Hackney Council’s New Homes Programme (NHP). The Architect will lead a design team to deliver the project up to RIBA Stage 3+.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI41 - Hackney and Newham
II.2.4) Description of the procurement
Hackney Council seeks to procure the services of an architectural design practice to act as Lead Designer and Architect for multiple project sites within Hackney included in the Architect Design Team Package 1, which will deliver new homes and landscaping (and in some cases additional uses) as part of Hackney Council’s New Homes Programme (NHP). The Architect will lead a design team to deliver the project up to RIBA Stage 3+.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
This is a Restricted (Two Stage) Tender. Only the organizations which have passed the initial Selection Questionnaire (SQ) stage will be invited to submit a response to the Invitation to Tender (ITT). The Council anticipates that the top 5 highest scoring bidders at the SQ stage will be shortlisted through to the ITT stage.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
https://hackney.gov.uk/tenders
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
As set out in the Invitation to Tender and associated tender documents
III.2.2) Contract performance conditions
As set out in the Invitation to Tender and associated tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
12 June 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 July 2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the tender documentation and complete the Selection Questionnaire (SQ) at Stage 1, and respond to the Invitation to Tender (ITT) at Stage 2. To register as a supplier on ProContract please visit London's Tenders Portal at:https://www.londontenders.org/ and click on the 'Suppliers' Area' link to the left. On the right-hand side, you will see a green 'register' icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom