Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Architect Design Services (ADS1.1) Framework

  • First published: 08 December 2020
  • Last modified: 08 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
LHC
Authority ID:
AA76010
Publication date:
08 December 2020
Deadline date:
21 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Strategic master-planning and feasibility studies.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC

2 Vine Street

Uxbridge

UB8 1QE

UK

Contact person: MS Shona Snow

E-mail: shona.snow@lhc.gov.uk

NUTS: UKI

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: http://www.lhc.gov.uk

I.2) 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/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Architect Design Services (ADS1.1) Framework

Reference number: DN505616

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This partnership between LHC and Southwark Council seeks to appoint up to 20 of the very best established and emerging, architect practices with diverse leadership and employees.

The proposal is to use both this new framework and our original ADS1 framework (Contract Notice 2020/S 101-245136) as one enhanced solution that together offers a representative and comprehensive panel of architects who come with a range of ethnicities, socio-economic backgrounds and experience that reflects Southwark and the wider London demographic.

Southwark is committed to come together to tackle ingrained structural inequality and bring about real and positive change in its borough. The importance of effective engagement with young people and the community as a whole is recognised in designing and creating good public spaces, commercial, educational and residential spaces. It is important to empower different groups so that spaces can be used effectively by all and as places to bring people together. We seek practices who understand this and who live and breathe diversity and inclusion in their organisation, which in turn will influence how they design and deliver their schemes.

This opportunity is open to any qualified architect practice, however given the project’s aims and objectives, we are particularly encouraging applications from qualified practices who come with:

— a diverse leadership,

— employee model that represents the diversity of London,

— lived experience of disadvantaged communities,

— a background of having overcome adversity or disadvantage either as a result of protected characteristics or another reason,

— success in bringing under-privileged and BAME architects/interns through their business (ie. sponsorship and paid work),

— a well established and demonstrable equality, diversity & inclusion approach in how they run their business and how they design their schemes,

— the ability to relate to under-represented and hard-to-reach communities,

— the ability to reach out to young people in disadvantaged communities, such that young people look up to them as inspirational role models they can relate to.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Strategic master-planning and feasibility studies.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Education, social care and community provisions.

Value band 1: construction scheme value up to GBP 5 million (no turnover threshold);

Value band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+);

Value band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+).

Annual turnover will be for the financial years 2018-19 and 2019-20.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

New Homes.

Value Band 1: construction scheme value up to GBP 5 million (no turnover threshold)

Value Band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+)

Value Band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+)

Annual turnover will be for the financial years 2018-19 and 2019-20.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Commercial and Industrial

Value Band 1: construction scheme value up to GBP 5 million (no turnover threshold);

Value Band 2: construction scheme value between GBP 5 million — GBP 20 million (turnover GBP 500 000+);

Value Band 3: construction scheme value over GBP 10 million (turnover GBP 1 million+);

Annual turnover will be for the financial years 2018-19 and 2019-20.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Conservation and heritage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Public realm and landscaping.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

New design — no specific use sector. Turnover threshold is a maximum of GBP 2 million.

Annual turnover will be for the financial years 2018-19 and 2019-20.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.3) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 20

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 101-245136

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/01/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The contracting authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant's/tenderer's risk.

Appointment to the framework is no guarantee of work or of any minimum amount of work pursuant to that framework.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service, Cabinet Office

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

UK

VI.5) Date of dispatch of this notice

03/12/2020

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
shona.snow@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.