Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Contact
Mr Bola James
Telephone
+44 2085475000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.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=7de1558a-0ebb-ec11-8113-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=7de1558a-0ebb-ec11-8113-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kingston Placemaking Panel
Reference number
DN606023
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
Kingston Placemaking Panel
The Royal Borough of Kingston upon Thames (the ‘Council’) invites potential Providers to tender for the provision of required services. The Council has a requirement to appoint a Consultant to deliver the required services, including the establishment of a Kingston Placemaking Panel comprising a diverse multidisciplinary team of design and built environment experts, and manage the delivery of design reviews.
The objective of the proposed Contract is to commission the establishment of a Kingston Placemaking Panel and associated services, which will provide design advice on development proposals within the borough, for fees which will be agreed with the Council and paid by the Developers/Councils/Third Sector organisations that use the service. The proposed contract will be delivered in accordance with the Council's requirements for a period of three years with a Council option to extend the contract for a further twelve months.
The Council declared a Climate Emergency during 2019 and is committed to an objective of becoming Carbon Neutral
by 2038, therefore as a Council to consider the following:
- Energy efficiency in homes and workspaces
- Generating and harnessing energy
- Sustainable transport and travel
- Air quality improvements
- Biodiversity and green spaces
- Waste management, recycling and the circular economy.
It is expected that the Kingston Placemaking Panel and associated services will support the Council in delivering an environmental and sustainable borough. For further information relating to this tender can be found within the ITT pack consisting of the following:
- ITT instructions and guidance associated documents;
- Specification and associated documents
- Pricing Schedule.
- Conditions of Contract.
two.1.5) Estimated total value
Value excluding VAT: £465,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Royal Borough of Kingston upon Thames (the ‘Council’) invites potential Providers to tender for the provision of required services. The Council has a requirement to appoint a Consultant to deliver the required services, including the establishment of a Kingston Placemaking Panel comprising a diverse multidisciplinary team of design and built environment experts, and manage the delivery of design reviews.
The objective of the proposed Contract is to commission the establishment of a Kingston Placemaking Panel and associated services, which will provide design advice on development proposals within the borough, for fees which will be agreed with the Council and paid by the Developers/Councils/Third Sector organisations that use the service. The proposed contract will be delivered in accordance with the Council's requirements for a period of three years with a Council option to extend the contract for a further twelve months.
The Council declared a Climate Emergency during 2019 and is committed to an objective of becoming Carbon Neutral
by 2038, therefore as a Council to consider the following:
- Energy efficiency in homes and workspaces
- Generating and harnessing energy
- Sustainable transport and travel
- Air quality improvements
- Biodiversity and green spaces
- Waste management, recycling and the circular economy.
It is expected that the Kingston Placemaking Panel and associated services will support the Council in delivering an environmental and sustainable borough. For further information relating to this tender can be found within the ITT pack consisting of the following:
- ITT instructions and guidance associated documents;
- Specification and associated documents
- Pricing Schedule.
- Conditions of Contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £465,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for a further 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
hIGH cOURT
Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom