Hysbysiad cystadleuaeth ddylunio
Adran I:
Awdurdod
contractio
I.1) Enw a chyfeiriad
Be First Regeneration Limited / on behalf of the London Borough of Barking and Dagenham
9th Floor, Maritime House, 1 Linton Road
Barking
IG11 8HG
UK
Person cyswllt: Stephen Howells
Ffôn: +44 2082272757
E-bost: stephen.howells@lbbd.gov.uk
NUTS: UKI52
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.befirst.london
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
http://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-and-related-services./XNW5Z88D83
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Development and Regeneration
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Design Team for Gascoigne East Phase 2 (Weavers Quarter) Housing Development.
Cyfeirnod: DC-2017-0037
II.1.2) Prif god CPV
71200000
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71220000
71400000
II.2.4) Disgrifiad o’r caffaeliad
Be First Regeneration Ltd (www.befirst.london), on behalf of the London Borough of Barking and Dagenham, is looking to appoint an architectural design team to undertake a masterplan review and project design, through a design competition.
The Gascoigne Estate East (Weavers Quarter) project will be delivered by the Council’s wholly owned development company Be First. It is anticipated that the successful design team will complete:
a— Masterplan review of phase 2,
b— a wider review of phases 3 and 4,
c— deliver the project design brief.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.10) Meini prawf ar gyfer dethol cyfranogwyr:
Compliance with standard selection questionnaire / PAS91 requirements such as organisation details, grounds for exclusion, health and safety, financial information, insurances, quality management, environmental processes will be requested in the form of a self-certifying declaration.
Applicants will also be required to demonstrate their technical experience and ability in the form of method statements that will be evaluated.
Applicants will be required to submit:
— a company structure and CVs,
— details of experience of delivery of projects of a similar nature both as a business and as individual personnel proposed,
— details of experience of delivery of master planning both as a business and as individual personnel proposed,
— confirmation of acceptance of the contracting authority's design team procurement principles,
— details of identifying, appointing and managing design teams,
— details of design input and development for projects of a similar nature,
— details of ensuring duties of principal designer are fully discharged under CDM 2015,
— details of relevant similar contracts,
— obligation to indicate the names and professional qualifications of staff assigned to perform this commission.
Please refer to the application document for full details of the application requirements.
Applicants who are successful and invited to participate will be required to provide satisfactory evidence of compliance, upon request and, prior to progressing to design competition stage.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Nodwch y proffesiwn: The successful appointment shall at a minimum be a person /organisation who has a professional degree in architecture or the right to practice as an architect in the country where he /she is qualified or in the country where he /she currently resides or practices.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.2) Y math o gystadleuaeth
Cyfyngedig
Nifer y cyfranogwyr i’w hystyried: 6
IV.1.9) Meini prawf ar gyfer gwerthuso prosiectau:
The selection appraisal to be invited to tender based on details provided at III.1.10 and as further stated in the application document.
It is anticipated evaluation of competition entries will be based upon:
— the response to the brief and a number of project specific method statements as stated in the procurement documents,
— the quality of design proposals and presentation,
— design fees.
Further details will be as stated in the invitation to tender.
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i brosiectau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
08/01/2018
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
19/02/2018
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.3) Gwobrau a rheithgor
IV.3.1) Gwybodaeth am wobr(au)
Rhoddir gwobr/gwobrau:
Ydy
Nifer a gwerth y wobr/gwobrau a roddir:
Those firms successfully invited to tender shall be awarded a equal honorarium prize of 10 000 GBP.
IV.3.2) Manylion y taliadau i’r holl gyfranogwyr:
IV.3.3) Contractau dilynol:
Caiff unrhyw gontract gwasanaeth a fydd yn dilyn y gystadleuaeth ei ddyfarnu i enillydd neu enillwyr y gystadleuaeth:
Ydy
IV.3.4) Penderfyniad y rheithgor:
Bydd penderfyniad y rheithgor yn rhwymol ar yr awdurdod/endid contractio:
Na
IV.3.5) Enwau’r aelodau rheithgor a ddewiswyd:
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of applicants to be invited to tender will be based solely on the criteria set out for the procurement.
Under this contract the successful consultant and its supply chain may be required to actively participate in the achievement of social objectives relating to participation in skills development, employment and training programmes within the locality of the works contract in accordance with the council's employment and skills strategy or other added value contributions to support community programmes promoted by the council. Accordingly the contract performance may relate in particular to secondary considerations.
For more information about this opportunity, please visit the delta e-Sourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Barking:-Architectural-and-related-services./XNW5Z88D83
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XNW5Z88D83
GO Reference: GO-2017124-PRO-11514503.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Be First Regeneration Ltd
9th Floor, Maritime House, 1 Linton Road
Barking
IG11 8HG
UK
Ffôn: +44 2082272757
E-bost: stephen.howells@befirst.london
Cyfeiriad(au) rhyngrwyd
URL: www.befirst.london
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Royal Institution of British Architects (RIBA)
66 Portland Place
London
W1B 1AD
UK
Ffôn: +44 2075805533
E-bost: info@riba.org
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Be First Regeneration Ltd will be applying the full application of the public contracts regulations 2015 and will, where applicable, apply a statutory standstill period of a minimum period of 10 calendar days from the point of information informing tenderers of the outcome of the tender process. This notification shall include all necessary information on the award decision.
VI.5) Dyddiad anfon yr hysbysiad hwn
04/12/2017