Tender

Architect 1 - New Homes Programme

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2023/S 000-013357

Procurement identifier (OCID): ocds-h6vhtk-03c7bb

Published 10 May 2023, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

Mr Brandon Cooper

Email

brandon.cooper@hackney.gov.uk

Telephone

+44 2083561751

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=c74a8cd7-20ef-ed11-8122-005056b64545

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=c74a8cd7-20ef-ed11-8122-005056b64545

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

Architect 1 - New Homes Programme

Reference number

DN662783

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Hackney Council seeks to procure the services of an architectural design practice to act as Lead Designer and Architect for multiple project sites within Hackney included in the Architect Design Team Package 1, which will deliver new homes and landscaping (and in some cases additional uses) as part of Hackney Council’s New Homes Programme (NHP). The Architect will lead a design team to deliver the project up to RIBA Stage 3+.

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
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

Hackney Council seeks to procure the services of an architectural design practice to act as Lead Designer and Architect for multiple project sites within Hackney included in the Architect Design Team Package 1, which will deliver new homes and landscaping (and in some cases additional uses) as part of Hackney Council’s New Homes Programme (NHP). The Architect will lead a design team to deliver the project up to RIBA Stage 3+.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

This is a Restricted (Two Stage) Tender. Only the organizations which have passed the initial Selection Questionnaire (SQ) stage will be invited to submit a response to the Invitation to Tender (ITT). The Council anticipates that the top 5 highest scoring bidders at the SQ stage will be shortlisted through to the ITT stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://hackney.gov.uk/tenders


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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

As set out in the Invitation to Tender and associated tender documents

three.2.2) Contract performance conditions

As set out in the Invitation to Tender and associated tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

12 June 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 July 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the tender documentation and complete the Selection Questionnaire (SQ) at Stage 1, and respond to the Invitation to Tender (ITT) at Stage 2. To register as a supplier on ProContract please visit London's Tenders Portal at:https://www.londontenders.org/ and click on the 'Suppliers' Area' link to the left. On the right-hand side, you will see a green 'register' icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom