loading
  • GB-SW2 1RW London
  • 19.08.2009
  • Ausschreibung
  • (ID 2-20922)

Lower Marsh regeneration project - design consultancy


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.08.2009, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Berufsgruppen Architektur, Verkehrsplanung, Bauingenieurwesen, Landschaftsarchitektur, Stadtplanung / Städtebau
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 6
    Gebäudetyp Städtebauliche Projekte
    Sprache Englisch
    Aufgabe
    To provide design proposals for the Council, in consultation with stakeholders, for Lower Marsh and streets surrounding Waterloo Station, Lambeth, London. Architectural and related services. Civil engineering consultancy services. Urban planning and landscape architectural services. Landscape architectural services. Highways consultancy services.
    Informationen

    Kontakt: Alex Valenzuela, MTVtYGJgaWBtXG9kamk7bmpwb2NdXGlmKV5qaA==

    Projektadresse UK-SW2 1RW London
    TED Dokumenten-Nr. 195029-2009

  • Anzeigentext Ausschreibung

    maximieren

    • BEKANNTMACHUNG Dienstleistungsauftrag

      ABSCHNITT I: ÖFFENTLICHER AUFTRAGGEBER

      I.1) NAME, ADRESSEN UND KONTAKTSTELLE(N): London Borough of Lambeth, Transport, Planning & Strategy, Housing, Regeneration & Environment Dept, Lambeth Town Hall, UK-London SW2 1RW. Tel. +44 2079260205. E-Mail: MjEyX2doaVlobllgNGBVYVZZaFwiW2NqImlf. Fax +44 2079269001. Internet-Adresse(n): Hauptadresse des Auftraggebers: www.lambeth.gov.uk. Weitere Auskünfte erteilen: South Bank Employers' Group, 103 Waterloo Road, z. Hd. von Alex Valenzuela, UK-London SE1 8UL. Tel. +44 2072026900. E-Mail: MTJwY2VjbGNwX3JnbWw+cW1zcmZgX2xpLGFtaw==. Angebote/Teilnahmeanträge sind zu richten an: die oben genannten Kontaktstellen.

      II.1) BESCHREIBUNG

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 71200000, 71311210, 71420000, 71400000, 71311000. Beschreibung: Dienstleistungen von Architekturbüros. Beratung im Bereich Straßenbau. Landschaftsgestaltung. Stadtplanung und Landschaftsgestaltung. Beratung im Tief- und Hochbau.

      ABSCHNITT IV: VERFAHREN

      IV.3) VERWALTUNGSINFORMATIONEN

      IV.3.3) Bedingungen für den Erhalt von Verdingungs-/Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung:

      IV.3.4) Schlusstermin für den Eingang der Angebote bzw. Teilnahmeanträge: 19.8.2009 - 17:00.

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können: Englisch.




      CONTRACT NOTICE Services SECTION I: CONTRACTING AUTHORITY

      I.1) NAME, ADDRESSES AND CONTACT POINT(S): London Borough of Lambeth, Transport, Planning & Strategy, Housing, Regeneration & Environment Dept, Lambeth Town Hall, UK-London SW2 1RW. Tel. +44 2079260205. E-mail: MTliamtsXGtxXGM3Y1hkWVxrXyVeZm0lbGI=. Fax +44 2079269001. Internet address(es): General address of the contracting authority: www.lambeth.gov.uk. Further information can be obtained at: South Bank Employers' Group, 103 Waterloo Road, Attn: Alex Valenzuela, UK-London SE1 8UL. Tel. +44 2072026900. E-mail: MjE3YVRWVF1UYVBjWF5dL2JeZGNXUVBdWh1SXlw=. Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).

      I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES: Regional or local authority. General public services. The contracting authority is purchasing on behalf of other contracting authorities: no.
      SECTION II: OBJECT OF THE CONTRACT

      II.1) DESCRIPTION

      II.1.1) Title attributed to the contract by the contracting authority: UK-London: Lower Marsh regeneration project - design consultancy.

      II.1.2) Type of contract and location of works, place of delivery or of performance: Services. Service category: No 12. Main place of performance: Waterloo, London SE1 within the London Borough of Lambeth. NUTS code: UKI1.

      II.1.3) The notice involves: A public contract.

      II.1.5) Short description of the contract or purchase(s): To provide design proposals for the Council, in consultation with stakeholders, for Lower Marsh and streets surrounding Waterloo Station, Lambeth, London. Architectural and related services. Civil engineering consultancy services. Urban planning and landscape architectural services. Landscape architectural services. Highways consultancy services.

      II.1.6) Common procurement vocabulary (CPV): 71200000, 71311210, 71420000, 71400000, 71311000.

      II.1.7) Contract covered by the Government Procurement Agreement (GPA): No.

      II.1.8) Division into lots: No.

      II.1.9) Variants will be accepted: Yes.

      II.2) QUANTITY OR SCOPE OF THE CONTRACT

      II.2.1) Total quantity or scope: The contract is for innovative design proposals for the urban street landscape surrounding Waterloo Station, initially focussing on Lower Marsh where there is a Street Market and in consultation with stakeholders. The implementaion of the design that wins the competition will be phased and therefore, this contract is likely to have a duration of 7 to 10 years. Short listed candidates will receive a small gratuity in recognition of their work in the final stages of the competition. Estimated value excluding VAT: Range: between 200 000 and 400 000 GBP.

      II.2.2) Options: Yes. Provisional timetable for recourse to these options: in months: 7 (from the award of the contract).

      II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in months: 120 (from the award of the contract).
      SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

      III.1) CONDITIONS RELATING TO THE CONTRACT

      III.1.1) Deposits and guarantees required: The contract documents will specify the extent of any guarantees sought.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Payment details will be included in the tender documents.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Joint and several liability.

      III.1.4) Other particular conditions to which the performance of the contract is subject: Yes. The successful bidders will be required as a condition of contract to comply with the 'Code of Practice for the Elimination of Racial Discrimination and the Promotion of Equality of Opportunity in Employment' issued by the (UK) Commission for Racial Equality. The Code is available from Central Books Ltd, 99 Wallis Road, UK-London E9 5LN Tel: +44 2089864854.

      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 requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the Council's pre-qualification Business Questionnaire, available from the address in I.1.1 that must be completed and returned by the 21.8.2009.

      III.2.2) Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: In accordance with Articles 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the Council's pre-qualification Business Questionnaire, available from the address in I.1.1 that must be completed and returned by the 21.8.2009. Minimum level(s) of standards possibly required: As set out in the pre-qualification business questionnaire.

      III.2.3) Technical capacity: Information and formalities necessary for evaluating if requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Council's pre-qualification Business Questionnaire, available from the address in I.1.1 that must be completed and returned by the 21.8.2009. As set out in the pre-qualification Business Questionnaire. Minimum level(s) of standards possibly required: As set out in the pre-qualification Business Questionnaire.

      III.2.4) Reserved contracts: No.

      III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS

      III.3.1) Execution of the service is reserved to a particular profession: No.

      III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes.
      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: Envisaged minimum number: 5. Maximum number: 6 Objective criteria for choosing the limited number of candidates: Initial selection will be from the information provided in the pre-qualification Business Questionnaire.

      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) An electronic auction will be used: No.

      IV.3) ADMINISTRATIVE INFORMATION

      IV.3.2) Previous publication(s) concerning the same contract: No.

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document: Payable documents: no.

      IV.3.4) Time-limit for receipt of tenders or requests to participate: 19.8.2009 - 17:00.

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates: 7.9.2009.

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up: English.

      IV.3.8) Conditions for opening tenders: Date: 9.11.2009 - 12:00. Place: Lambeth Town Hall, Brixton Hill, London SW2 1RW.
      SECTION VI: COMPLEMENTARY INFORMATION

      VI.1) THIS IS A RECURRENT PROCUREMENT: No.

      VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS: No.

      VI.3) ADDITIONAL INFORMATION: The competition is open to all professional designers, who are invited to create a consortium or team of other professionals able to demonstrate the technical ability, experience and financial and economic standing required to deliver the regeneration of Lower Marsh. The client expects submissions will be from teams which include at a minimum the following professional design team services Urban Designer/Landscape Architect/Architect Civil and Structural Engineer Electrical and Mechanical Services Engineer (to include energy efficiency adviser) Lighting designer/Architect Security Design Consultant Disability Access and Inclusive Design Adviser Transport/Highways Engineering and Design Advisor Transport Planner Pedestrian movement consultant CDM Coordinator. GO reference: GO 09071334/01.

      VI.4) PROCEDURES FOR APPEAL

      VI.4.1) Body responsible for appeal procedures: Body responsible for mediation procedures: Royal Courts of Justice, Strand, UK-London WC2A 2LL.

      VI.4.2) Lodging of appeals: Precise information on deadline(s) for lodging appeals: The LB of Lambeth will incorporate a minimum 10 calendar day stand-still period at the point information on the award of the contract(s) is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the stand-still period. Such additional information should be provided from the contact in part I.1 If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No.5) 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 3 months). Where 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 the contract has been entered into, the Court may only award damages.

      VI.5) DATE OF DISPATCH OF THIS NOTICE: 13.7.2009.
    © 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 15.07.2009
Zuletzt aktualisiert 15.07.2009
Wettbewerbs-ID 2-20922 Status Kostenpflichtig
Seitenaufrufe 370