loading
  • GB-E8 1DY Hackney
  • 11.09.2017
  • Ausschreibung
  • (ID 2-274993)

Frampton Park Estate and De Beauvoir Estate — Architect


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.09.2017, 16:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Objektplanung Freianlagen / Objektplanung Verkehrsanlagen
    Sprache Englisch
    Aufgabe
    The requirement is for two Architect firms to act as lead design consultant for two development projects in the London Borough of Hackney: two sites in the Frampton Park Estate, and four sites in the De Beauvoir Estate.
    Leistungsumfang
    Site 1 — Downham Road West (Site 1)
    The site measures about 0.05ha and is located north west of the estate at the corner where Southgate Road meets Downham Road adjacent to Rosemary Gardens, close to the border between Hackney and the London Borough of Islington. It sits opposite Grade II listed buildings: 96 and 98 Downham Road, mid C19 houses and a telephone kiosk which form part of the De Beauvoir Town Conservation area. The existing site accommodates porta-cabins that are used temporarily as a LBH Decent Homes contractor's depot with car parking spaces. It is adjacent to landscaped green space.
    Site 2 — Downham Road East (Site 2)
    Located at the opposite end of Downham Road, north east of the estate, the site measures approximately 0.15ha and is bounded by Downham Road and De Beauvoir Road. The site formerly housed garages, but they have been converted into workspace and are used by LBH Decent Homes contractors as a depot. The southern area of the site is partially overlooked by a Council-owned block, Fermain Court. The ramp access to this block is situated adjacent to the development site and will require significant design consideration to reactivate this area and design out anti-social behaviour.
    Site 3 — 81 Downham Road
    Situated along Downham Road in-between the other two Downham Road sites, this site is currently to be used as the temporary site for Hackney New School. The site measures approximately 0.18ha and offers the opportunity to develop the vacant site once the tenure of the school has ended, for a mixed residential and commercial development. Additionally there is also an opportunity to consider rationalising the public realm and potential for future development of the adjacent area where the Tenant and Resident Association office, car park and a multi-use game area are currently situated.
    Site 4 — Balmes Road
    Measuring approximately 0.19ha the Balmes Road site is situated south central of the estate at an attractive location opposite Regents Canal to the south (Conservation Area and Site of Importance for Nature Conservation) and Balmes Road to the north of the site. The site is a single-storey podium with parking and garages underneath, currently used by LBH contractors for storage. The site is sandwiched between 2 Council-owned tower blocks, Corbiere House and Granville Court. Primary entrances to both these blocks are currently accessed via the podium. The development of this site would mean that the existing primary access route to the block will have to be removed and redesigned. There is also the potential to develop Hidden Homes at the base of the blocks.
    The Council intends to appoint two architect practices, one for each lot, with an evidenced track record of outstanding work to act as lead design consultant for the projects. In summary, the Council is seeking:
    — An Options Appraisal for the development sites
    — Full planning application for the new development
    — A detailed design for the new build residential buildings, any commercial space and the public realm developed to RIBA Stage 3+, key details of which to be included in the planning submission, to safeguard the design for construction
    — Detailed drawings for inclusion in the constructor's tender pack
    — Input into contractor selection process including evaluation of tender responses
    As lead consultant, the architect will be expected to lead the design process, manage the sub-consultant design team and oversee resident consultation.
    Adresse des Bauherren UK-E8 1DY Hackney
    TED Dokumenten-Nr. 319573-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Hackney: Architectural and related services

      2017/S 154-319573

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Borough of Hackney
      Hackney Service Centre, 1 Hillman Street
      Hackney
      E8 1DY
      United Kingdom
      Contact person: Ms Theresa Dugbatey
      Telephone: +44 2083563695
      E-mail: MjExaV1aZ1poViNZalxXVmlabjVdVlhgY1puI1xkayNqYA==
      NUTS code: UKI41

      Internet address(es):

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

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

      I.2)Joint procurement
      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=9cb7154f-9f68-e711-80e3-005056b64545
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=9cb7154f-9f68-e711-80e3-005056b64545
      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:

       

      Frampton Park Estate and De Beauvoir Estate — Architect.

       

      Reference number: DN288161
      II.1.2)Main CPV code
      71200000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The requirement is for two Architect firms to act as lead design consultant for two development projects in the London Borough of Hackney: two sites in the Frampton Park Estate, and four sites in the De Beauvoir Estate.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 340 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots only
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

       

      Two Sites Within Frampton Park Estate, Hackney E8

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71220000
      II.2.3)Place of performance
      NUTS code: UKI41
      Main site or place of performance:

       

      The two sites are situated in Victoria Ward in the south-east of the London Borough of Hackney. The sites form part of the Frampton Park Estate off Well Street.

       

      II.2.4)Description of the procurement:

       

      Site 1 — Woolridge Way Garages and Tradescant House

      This site is located in the centre of Frampton Park Estate and is bounded by Woolridge Way and Frampton Park Road. It measures approximately 0.063ha and is a underground parking structure which is no longer in use. There are 17 surface garages situated on top of the structure. This development offers the opportunity to develop the underground parking structure, as well as the potential to deliver Hidden Homes by transforming the area above the flat roofs and the void areas underneath Tradescant House; a council-owned tower block (Nos.1 to 50) with two additional wings (Nos. 51 to 55 and 56 to 65). The area benefits from a well-maintained courtyard at the rear of the proposed development. Opportunities exist to improve the public realm by rationalising sight lines through this section of the estate to better integrate this area with the wider neighbourhood.

      Site 2 — Former Frampton Park Community Hall

      Site 2 is located on the north-eastern side of Frampton Park Estate in close proximity to the above site. It measures approximately 0.14ha and is bounded by Petiver Close, Woolridge Way and an adjacent parking area. The existing structure on the site is the Frampton Park Community Hall. Consideration should be given to improving the public realm of the adjacent parking area in order to integrate the existing community with the new development.

      The Council intends to appoint two architect practices, one for each lot, with an evidenced track record of outstanding work to act as lead consultant for the projects. In summary, the Council is seeking:

      — An Options Appraisal for the development sites

      — Full planning application for the new development

      — A detailed design for the new build residential buildings, any commercial space and the public realm developed to RIBA Stage 3+, key details of which to be included in the planning submission, to safeguard the design for construction

      — Detailed drawings for inclusion in the constructor's tender pack

      — Input into contractor selection process including evaluation of tender responses

      As lead consultant, the architect will be expected to lead the design process, manage the sub-consultant design team and oversee resident consultation.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 450 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 10
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      As set out in the Invitation to Participate document and questionnaires.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Firms may express an interest in and bid for both lots, however a firm will only be appointed to one contract.

       

      II.2.12)Information about electronic catalogues
      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
      II.2)Description
      II.2.1)Title:

       

      Four sites within De Beauvoir Estate

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71220000
      II.2.3)Place of performance
      NUTS code: UKI41
      Main site or place of performance:

       

      The four sites are situated in De Beauvoir Ward in the south-west of the London Borough of Hackney. The sites form part of the De Beauvoir Estate off Downham Road.

       

      II.2.4)Description of the procurement:

       

      Site 1 — Downham Road West (Site 1)

      The site measures about 0.05ha and is located north west of the estate at the corner where Southgate Road meets Downham Road adjacent to Rosemary Gardens, close to the border between Hackney and the London Borough of Islington. It sits opposite Grade II listed buildings: 96 and 98 Downham Road, mid C19 houses and a telephone kiosk which form part of the De Beauvoir Town Conservation area. The existing site accommodates porta-cabins that are used temporarily as a LBH Decent Homes contractor's depot with car parking spaces. It is adjacent to landscaped green space.

      Site 2 — Downham Road East (Site 2)

      Located at the opposite end of Downham Road, north east of the estate, the site measures approximately 0.15ha and is bounded by Downham Road and De Beauvoir Road. The site formerly housed garages, but they have been converted into workspace and are used by LBH Decent Homes contractors as a depot. The southern area of the site is partially overlooked by a Council-owned block, Fermain Court. The ramp access to this block is situated adjacent to the development site and will require significant design consideration to reactivate this area and design out anti-social behaviour.

      Site 3 — 81 Downham Road

      Situated along Downham Road in-between the other two Downham Road sites, this site is currently to be used as the temporary site for Hackney New School. The site measures approximately 0.18ha and offers the opportunity to develop the vacant site once the tenure of the school has ended, for a mixed residential and commercial development. Additionally there is also an opportunity to consider rationalising the public realm and potential for future development of the adjacent area where the Tenant and Resident Association office, car park and a multi-use game area are currently situated.

      Site 4 — Balmes Road

      Measuring approximately 0.19ha the Balmes Road site is situated south central of the estate at an attractive location opposite Regents Canal to the south (Conservation Area and Site of Importance for Nature Conservation) and Balmes Road to the north of the site. The site is a single-storey podium with parking and garages underneath, currently used by LBH contractors for storage. The site is sandwiched between 2 Council-owned tower blocks, Corbiere House and Granville Court. Primary entrances to both these blocks are currently accessed via the podium. The development of this site would mean that the existing primary access route to the block will have to be removed and redesigned. There is also the potential to develop Hidden Homes at the base of the blocks.

      The Council intends to appoint two architect practices, one for each lot, with an evidenced track record of outstanding work to act as lead design consultant for the projects. In summary, the Council is seeking:

      — An Options Appraisal for the development sites

      — Full planning application for the new development

      — A detailed design for the new build residential buildings, any commercial space and the public realm developed to RIBA Stage 3+, key details of which to be included in the planning submission, to safeguard the design for construction

      — Detailed drawings for inclusion in the constructor's tender pack

      — Input into contractor selection process including evaluation of tender responses

      As lead consultant, the architect will be expected to lead the design process, manage the sub-consultant design team and oversee resident consultation.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 890 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 12
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      As set out in the Invitation to Participate document and questionnaires.

       

      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
      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

      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:

       

      The Lead Consultant must be a registered Architect under the Architects Act 1997 or similar in their EU state.

       

      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.1.5)Information about reserved contracts
      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:

       

      The Architects Act 1977.

       

      III.2.2)Contract performance conditions:

       

      No special legal form is required by a grouping of providers. The contract may be awarded to a single applicant or a consortium or individuals of a consortium but in the case of a consortium or individuals of a consortium liability will be joint and several. Should the successful tenderer be a consortium of firms, the lead partner will be responsible for completing the commission on behalf of the consortium and all payments will be made to the lead partner for services rendered by the consortium. Support partners will be required to complete a collateral warranty agreement in favour of the Council.

       

      III.2.3)Information about staff responsible for the performance of 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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 11/09/2017
      Local time: 16:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 02/10/2017
      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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      To access the documentation, register with ProContract at https://www.londontenders.org/ Click the ‘Suppliers’Area' link, then the green ‘register’ icon. Select all the appropriate categories which describe your business/service area. When registered, select Hackney in the box provided to see this opportunity. All contact must bemade through ProContract's message function.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of Justice
      Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000
      E-mail: MTdaXWZiZ2JsbWtabWJvXlxobmttaF9fYlxeJ2BeZ15rWmVoX19iXF45YWZcbWwncSdgbGInYGhvJ25k

      Internet address:https://www.justice.gov.uk/courts

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      As set out in The Public Contracts Regulations 2015. Initial queries should be raised with the Council during the standstill period.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      10/08/2017
    © 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 14.08.2017
Zuletzt aktualisiert 14.08.2017
Wettbewerbs-ID 2-274993 Status Kostenpflichtig
Seitenaufrufe 54