The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 3a
II.2.1) Title
Homes
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This lot will include full Architects' Services for any low, medium or high-rise housing projects.
This lot will be divided into two value bands:
• Lot 3a - VB1 £0 - £ 20million
• Lot 3b - VB2 £20 million +
The above value bands relate to the overall project construction value. They are not specific to the architect services contract value.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 3b
II.2.1) Title
Homes
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This lot will include full Architects' Services for any low, medium or high-rise housing projects.
This workstream will be divided into two value bands:
• Lot 3a - VB1 £0 - £ 20million
• Lot 3b - VB2 £20 million +
The above value bands relate to the overall project construction value. They are not specific to the architect services contract value.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, awareness of and excellent capability in social context, sustainability and low energy use in the realm of housing consultation, design, and delivery.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 1
II.2.1) Title
Master Planning
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This lot is for the preparation and production of Strategic or Project-specific Masterplans for various Public Sector Clients across London.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, embedding and delivering project specific social value, stakeholder engagement and consultation, options appraisals, business planning, traffic appraisals, land use and infrastructure surveys. They will also be able to demonstrate, by example, how social and environmental context, infrastructure and services, energy sources and security, connectivity and future needs have been successfully addressed in completed projects.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 2
II.2.1) Title
Education and Public Buildings
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This workstream will include full Architects' Services for new, remodelled and refurbishment projects in the education, social care and non-housing community buildings sectors, as well as the commercial and industrial buildings sectors.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 4
II.2.1) Title
Retrofit & Decarbonisation Design Services
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This workstream will include full Architects' Services for retrofit & decarbonisation projects and consultancy.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, excellent coordination, consultancy and design aptitudes in regard to retrofit and decarbonisation projects, showing an ability to work in line with PAS 2035.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 5
II.2.1) Title
MMC Architecture Services
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This lot will include full Architects' Services for modern methods of construction (MMC), offsite, and modular building projects and technologies.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, excellent coordination, consultancy and design aptitudes in regard to MMC, offsite, and modular building projects and technologies.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 6
II.2.1) Title
Public Realm and Landscape
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This workstream will include full Architects' or Landscape Architects' Services for projects in the public realm.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, an excellent capability in the creation of imaginative, flexible, practical and future proofed solutions together with an awareness of historic context, character, identity and place, long life and low maintenance.
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
Lot No: 7
II.2.1) Title
Micro/Small Architects
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
This design workstream is targeted at practices that are Micro or Small organisations.
Successful candidates will have demonstrated through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
Practices bidding for this workstream must have an annual turnover of less than £1,000,000 (One Million Pounds) and this will be evidenced through review of accounting and financial evidence
II.2.5) Award criteria
Criteria below:
Quality criterion: General Quality Questions
/ Weighting: 40%
Quality criterion: Lot Specific Quality Questions
/ Weighting: 40%
Cost criterion: RIBA Stages
/ Weighting: 10%
Cost criterion: Day Rates
/ Weighting: 10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Yes
Description of options:
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
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
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.