Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House 42-50 Victoria St
Contact point(s): Transport for London
For the attention of: Lorne Belcher
SW1H 0TL London
United Kingdom
Telephone: +44 02030546896
E-mail: MThkZ2pmXVpdZFtgXWo4bF5kJl9nbiZtYw==
Internet address(es):
General address of the contracting authority: https://tfl.gov.uk
Address of the buyer profile: http://eprocurement.tfl.gov.uk
Electronic access to information: http://eprocurement.tfl.gov.uk
Electronic submission of tenders and requests to participate: http://eprocurement.tfl.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
National or federal agency/office
I.3)Main activity
Other: transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Greater London Authority
City Hall The Queens Walk
SE1 2AA London
United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
GLA 80868 — Architecture Design and Urbanism Panel 2.
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
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 225
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 0 GBP
II.1.5)Short description of the contract or purchase(s)
The Framework Appointment of Architectural and Design Consultancies.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
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:
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — Urban Strategies, Spatial Policy and research
1)Short description
This is for the procurement of organisations for Area Plans, Urban Strategies and Policy.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please Refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 — Site Masterplanning and Development Feasibility
1)Short description
This is for the procurement of organisations for Masterplanning and Development Feasibility.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 3 — Public Realm and Landscape
1)Short description
This is for the procurement of organisations for Public Realm and Landscape.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 4 — Architecture — Housing and Mixed-use
1)Short description
This is for the procurement of organisations for Architecture — Housing/Residential design.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Lot 5 — Architecture — Commercial, Workspace, Health, Education, and Civic Buildings
1)Short description
This is for the procurement of organisations for Architecture (Workspace, Retail, Civic, Health, Education & Commercial).
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Lot 6a — Over-Station Development and Transport Infrastructure Interface — Housing
1)Short description
This is for the procurement of organisations for Over Station Development and Interchange Design.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to Purchasing documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Specialist Lot — Instructions are in the Purchasing Documents.
A specific call off mechanism exists which is only applicable to Transport for London.
Lot No: 7 Lot title: Lot 6b — Over-Station Development and Transport Infrastructure Interface — Housing
1)Short description
This is for the procurement of organisations for Over Station Development and Interchange Design.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Specialist Lot — Instructions are in the Purchasing Documents.
A specific call off mechanism exists which is only applicable to Transport for London.
Lot No: 8 Lot title: Lot 7a — Transport Design: Transport Architecture and Interchange Design
1)Short description
This is for the procurement of organisations for Transport Architecture for Underground, Rail and Specialist Infrastructure.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Lot 7b — Transport Design: Underground, Rail and Specialist Infrastructure
1)Short description
This is for the procurement of organisations for Transport Architecture for Underground, Rail and Specialist Infrastructure.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Lot 8 — Cultural Strategy and Public Art
1)Short description
This is for the procurement of organisations for Cultural Strategy and Public Art.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Please refer to the Purchasing Documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Lot 9 — Engagement, Local Regeneration and Design Advice
1)Short description
This is for the procurement of organisations for Engagement, Local Regeneration and Design Advice.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 12 Lot title: Lot 10 — Heritage and Conservation
1)Short description
This is for the procurement of organisations for Heritage and Conservation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 13 Lot title: Lot 11 — Smart City Strategies, Environmental Design and Sustainability
1)Short description
This is for the procurement of organisations for Smart City Strategies, Environmental Design and Sustainability.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 14 Lot title: Lot 12 — Graphic Design, Modelling and Visualisation
1)Short description
This is for the procurement of organisations Graphic Design, Modelling and Visualisation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to Purchasing Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Purchasing Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Purchasing Documents.
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: Please refer to the Purchasing Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Purchasing Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Purchasing Documents.
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: no
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: no
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
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:
GLA 80868
IV.3.2)Previous publication(s) concerning the same contract
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
14.2.2017 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.3.2017
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
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process
commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of
the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the
candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does
not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken
prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed
under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and
the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework
reserve the right to use any electronic portal during the life of the agreement.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this
framework agreement.
a) Please note all Economic Operators are required to express their interest by registration on: https://
eprocurement.tfl.gov.uk/epps/home.do
Failure to do so may invalidate your application. After registering you should look for the Opportunity ‘GLA80868 Architecture Design & Urbanism Panel 2’. Economic operators interested in being considered for this opportunity
must express interest by means of completing the Standard Selection Questionnaire (SQ) detailing their capabilities. b) Expressions of interest must be received via the portal before the closing date/time as stated in IV.3.4. Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by
means other than the portal.
c) TfL is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the
direction of the Mayor of London and as provider of transport services.
Additionally there is a section on TfL reserving the right to disqualify the following:
TfL reserves the right at any stage to reject or disqualify or revise the pre-qualified status of any Tenderer who:
1. Provides information or confirmations which later prove to be untrue or incorrect; and/or
2. Does not submit a tender in accordance with the requirements of this ITT or as directed by TfL during the procurement
process; and/or
3. Fulfils any one or more of the criteria detailed in the Public
Contracts Regulations 2016 pertaining to Mandatory Exclusions.
The services may be provided to TfL and GLA /or its subsidiaries.
The services may be provided to GLA/TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT). TfL and the GLA have established a framework agreement for use by the following UK public sector bodies (and any future successors to these organisations).
A local asset backed vehicle or asset investment vehicle between a body listed and a private sector partner.
Housing Associations in the UK.
A Minister of the Crown.
Acute trust (NHS).
Arms Length management organisations (ALMOs).
Almshouses.
Ambulance trusts.
British Broadcasting Corporation (BBC).
British Rail Board (residuary).
British Waterways.
Business Innovation and skills.
Care trusts.
Central government departments, their agencies and non-departmental public bodies.
Community health councils.
Community land trusts.
Crossrail Ltd.
Crossrail 2
Department for communities and local government.
Defence infrastructure organisation.
Department for Environment, Food and Rural Affairs.
Department for Culture Media and Sport.
Department for health arm's length bodies.
Department for Transport.
Department of Education.
Department of Energy and Climate Change (including coal authority).
Driver and Vehicle Licensing Agency.
Education establishments, institutions and organisations.
Environment Agency.
Essex Wildlife Trust.
Extracare providers.
Fire authority.
G15 members.
G320 members.
General practitioners.
Greater London Authority.
Greater London Authority group.
High Speed 2.
Highways agency.
Historic London
Home office.
House of Parliament
Judicial system (Ministry of justice).
L9 group of housing associations in London.
Land Registry.
Lee valley regional park authority.
London Economic Action Partnership.
Local Enterprise Partnerships.
Local authorities.
Local development agencies.
Local health boards.
London & Continental Railways Ltd.
London boroughs (all 33) & City of London.
London Fire and Emergency Planning Authority.
London Legacy Development Corporation.
London Wildlife Trust.
Mayoral development corporation established under the Localism Act 2011.
Mental health trusts.
Metropolitan Police Authority.
Ministry of Defence.
National Housing Federation.
National Trust.
Natural England.
NDA properties Ltd.
Network Rail.
NHS
NHS foundations trusts.
NHS hospital trusts.
NHS property services Ltd.
Nuclear Decommissioning Authority.
Oil & Pipeline Agency.
Old Oak and Park Royal Development Corporation (OPDC)
Olympic Delivery Authority.
Olympic Park Legacy Company.
Port of London Authority.
Primary care trusts.
Registered providers.
Royal Docks Management Authority.
Royal Mail.
Royal Parks.
Royal Society for the Protection of Birds.
Special health authorities.
Strategic health authorities.
The Crown Estate.
Thames Chase Trust.
Transport for London and its subsidiaries.
Vehicle and Operator Services Agency.
Framework agreement(s) may be awarded to the successful economic operators by any part of TfL and/or any of its
subsidiaries. Or any of the organisations listed above.
d) Further information on TfL may be found at www.tfl.gov.uk/procurement
Further information about the GLA may be found at ttp://www.london.gov.uk/
e) The awarding authority reserves the right to withdraw from the procurement process and/or not to award any contract
as a result of the competition called by this notice and the awarding authority shall not be liable for any costs or expenses
incurred by any Economic Operators in considering and/or responding to the procurement process.
f) All discussions and meetings will be conducted in English.
g) Tenders and supporting documents must be priced in GBP and all payments under the contract will be made in sterling.
h) TfL/GLA may interview any or all economic operators who express an interest in tendering for this work.
i) Any framework agreement awarded may be extended for further periods up to a maximum duration of 48 months at the
discretion of the awarding authority.
j) The value stated at II.1.3) and II.2.1) is the best estimate of TfL based on combined historical and proposed usage. This
could change significantly depending upon budgetary constraints and/or the usage by any other
Authority listed above.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process
commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of
the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the
tenderers. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does
not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken
prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed
under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and
the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework
reserve the right to use any electronic portal during the life of the agreement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Transport for London
Commercial Services, Windsor House, 42-50 Victoria Street
SW1H 0TL London
United Kingdom
Internet address: http://tfl.gov.uk
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: TfL will incorporate a standstill period of at least 10 calendar days when
information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek
further debriefing from TfL before the contract is entered into. Applications have two working days from notification of the
award decision to request additional debriefing and that information has to be provided a minimum of three working days
before. expiry of the standstill period. Such additional information should be requested from the address in I.1 above. If an
appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take
action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within
three months). If a contract has not been entered into, the court may order the setting aside of the award decision or order
the authority to amend any document and may award damages. If a contract has been entered into, the court may only
award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.1.2017