loading
  • GB-SW1H 0TL London
  • 14.02.2017
  • Ausschreibung
  • (ID 2-253529)

GLA 80868 — Architecture Design and Urbanism Panel 2


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.02.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Städtebauliche Projekte / Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen / Stadt-/ Gebietsplanung
    Sprache Englisch
    Aufgabe
    The Framework Appointment of Architectural and Design Consultancies.
    Adresse des Bauherren UK-SW1H 0TL London
    TED Dokumenten-Nr. 16807-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Architectural, construction, engineering and inspection services

      2017/S 011-016807

      Contract notice

      Services

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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)

      71000000

      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

      Prior information notice

      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 17.01.2017
Zuletzt aktualisiert 17.01.2017
Wettbewerbs-ID 2-253529 Status Kostenpflichtig
Seitenaufrufe 88