Opportunity

GLA81689 - Architecture + Urbanism Framework

  • Transport for London

F02: Contract notice

Notice reference: 2021/S 000-025709

Published 14 October 2021, 12:47pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

14 Pier Walk

London

SE10 0ES

Contact

Miss Shaheen Lodhi

Email

SHAHEENLODHI.CPT@TFL.GOV.UK

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

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/

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

GLA81689 - Architecture + Urbanism Framework

Reference number

DN576045

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Architecture and Urbanism (A+U) Framework will consist of consultancies that will provide the architectural and design services to all members of the GLA Group. In addition it will be promoted to all 33 London Boroughs and other public sector organisations within the United Kingdom.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Spatial Policy, Urban Strategies and Research

Lot No

1

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Panel users require services related to the proactive planning and shaping of places, projects and London-wide initiatives. To inform this work, they will commission strategic research, design studies and area-based plans to underpin spatial policy.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Sustainable Cities

Lot No

2

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

Panel users require services related to the development of a zero carbon and sustainable built environment.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

High Streets and Town Centre Recovery and Transformation

Lot No

3

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

Panel users are responding to the many challenges faced by London’s network of high streets and town centres. Panel users require practices and practitioners that are design-led, spatially and contextually aware and able to engage with and build the capacity of local communities; providing intelligent, contextual and high quality architectural and place-shaping advice. Practitioners should be able to support the Mayor and his partners to develop strategies that support the night-time economy, develop frameworks for High street Innovation Zones and 15-Minute City Strategies.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Landscape, Green Infrastructure and Public Realm

Lot No

4

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 panel users are seeking to improve the quality and accessibility of hard and soft public realm and spaces, in London, including streets, squares, green and open spaces and green infrastructure. This work includes developing strategies, generating policies and investing in London’s public realm. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable landscape, green infrastructure and public realm schemes across a range of scales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Civic, Cultural and Social Infrastructure

Lot No

5

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 panel users require services related to non-residential architectural projects delivered by the public sector and its partners in London. Practices and practitioners must demonstrate experience and expertise in one or more of the following fields: healthcare, education, cultural spaces, civic, community and other social infrastructures. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable civic, cultural and social infrastructure schemes across a range of scales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Commercial, Workspace and Industrial

Lot No

6

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 panel users require services related to commercial non-residential architectural projects delivered by the public sector and its partners in London. Practices and practitioners must demonstrate experience and expertise in one or more of the following fields, industrial, workspace, office and retail. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable commercial, workspace and industrial schemes across a range of scales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Small Sites Housing

Lot No

7

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 panel users require services related to the design and delivery of housing on small sites. This scale of delivery is increasingly being brought forward by the public sector and its partners to support the Mayor’s plans to deliver new homes across London. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable housing schemes across a range of scales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Housing and Mixed-Use

Lot No

8

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 panel users require services related to the design and delivery of housing and housing-led mixed-use developments being brought forward by the public sector and its partners to support the mayor’s plans to deliver new homes across London. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable housing schemes across a range of scales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Transport Infrastructure Interface: Over Station/Station Development (Housing and Commercial)

Lot No

9

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 panel users require services related to design and delivery of housing and housing-led mixed-use developments and non-residential projects being brought forward by the public sector and its partners to support the mayor’s plans to deliver new homes across London. Panel users require practices and practitioners that have the expertise to deliver well designed, highly sophisticated, contextually sensitive and sustainable housing schemes across a range of scales. Practices and practitioners should also be able demonstrate expertise in commercial and commercially led developments, successfully integrated with, and mutually beneficial to transport infrastructure.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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) Description

two.2.1) Title

Transport Design: Specialist infrastructure

Lot No

10

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 panel users are committed to upgrading the infrastructure and transport networks supporting London, its functionality, the quality of the user experience and the overall design quality and future proofing.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: No

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 100

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 November 2021

Local time

5:00pm

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

1 February 2022

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This contract notice (and the associated procurement documents) are published in good

faith. No warranty is given as to the accuracy or completeness of the information contained

in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by the GLA and

TfL and its advisors.

Nothing in this contract notice (nor in the associated procurement documents) will be taken

as constituting an offer (whether implied or otherwise) or any agreement, whether express

or implied between, the GLA/TFL, any other Contracting Authority and any other party. The

GLA/TFL reserves the right to withdraw from, cancel or amend the procurement process

and may award the Restricted Procedure Contract in whole, in part or not at all as a result of this

call for competition with no liability on its part.

Entering into the Framework Agreement does not guarantee any level of services and/or

works will be called-off by the contracting authorities. Neither the GLA/TFL shall not be

liable for any costs or expenses incurred by any economic operator in considering and/or responding to the procurement process and/or resulting from any amendment or cancellation of this procurement exercise.

Bidders submit a response to the SSQ at their own risk. All discussions and meetings will be

conducted in English. Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the Contract will be in Pounds Sterling.

To express an interest in this tender, Bidders need to complete and submit a response to the

SSQ in response to the deadline in Section IV.2.2. Those who are successful in the SSQ will be invited to tender for the ITT stage.

To access the procurement documents and complete and submit the SSQ, Bidders will need to be registered on the Client's online eTendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com. Further instructions and guidance are included in the SSQ and other procurement documents.

Bidders must read the instructions carefully before proceeding with registration and are

advised to satisfy themselves that they understand all the requirements of the procurement

and terms of the contract and the rules of the procurement process before submitting their

tender response. Video tutorials, FAQ’s and help pages are included in the Help Centre

‘Responding to Tenders’ section of the eTendering website

(https://supplierhelp.due-north.com/).

For further assistance consult the online help, contact ‘log a ticket’ on the supplier support

portal (http:// www.proactis.com/Support) at the first instance. Messages are to be sent to

the Client via the messages area on the portal where support is unresolved.

The previous OJEU notice to this was the following: 2020/S 227-560535

This Framework Agreement can used upon award by all the following:

All Central Government Bodies

All Wider Public Sector Bodies

A local asset backed vehicle or asset investment vehicle between a body listed and a private

sector partner. Housing Associations in the UK.

A Minister of the Crown.

Acute trust (NHS).

Arms Length management organisations (ALMOs).

Almshouses.

Ambulance trusts.

British Broadcasting Corporation (BBC).

British Rail Board (residuary).

British Waterways.

Business Innovation and skills.

Care trusts.

Central government departments, their agencies and non-departmental public bodies.

Community health councils.

Community land trusts.

Crossrail Ltd.

Crossrail 2

Department for communities and local government.

Defence infrastructure organisation.

Bepartment for Business and Enterprise (BEIS)

Department for Environment, Food and Rural Affairs.

Department for Culture Media and Sport.

Department for health arm’s length bodies.

Department for Transport.

Department of Education.

Driver and Vehicle Licensing Agency.

Education establishments, institutions and organisations.

Environment Agency.

Essex Wildlife Trust.

Extracare providers.

Fire authority.

G15 members.

G320 members.

General practitioners.

Greater London Authority.

Greater London Authority group.

High Speed 2.

Highways agency.

Historic London

Home office.

House of Parliament

Judicial system (Ministry of justice).

L9 group of housing associations in London.

Land Registry.

Lee valley regional park authority.

London Economic Action Partnership.

Local Enterprise Partnerships.

Local authorities.

Local development agencies.

Local health boards.

London & Continental Railways Ltd.

London boroughs (all 33) & City of London.

London Fire and Emergency Planning Authority.

London Legacy Development Corporation

London Wildlife Trust.

Mayoral development corporation established under the Localism Act 2011. Mental health

trusts.

Metropolitan Police Authority.

Ministry of Defence.

National Housing Federation.

National Trust.

Natural England.

NDA properties Ltd.

Network Rail.

NHS

NHS foundations trusts.

NHS hospital trusts.

NHS property services Ltd.

Nuclear Decommissioning Authority.

Oil & Pipeline Agency.

Old Oak and Park Royal Development Corporation (OPDC)

Port of London Authority.

Primary care trusts.

Registered providers.

Royal Docks Management Authority.

Royal Mail.

Royal Parks.

Royal Society for the Protection of Birds.

Special health authorities.

Strategic health authorities.

The Crown Estate.

Thames Chase Trust.

Transport for London and its subsidiaries.

Vehicle and Operator Services Agency.

six.4) Procedures for review

six.4.1) Review body

Transport for London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3.

Please note that award decision notices (standstill letters) will be issued under Regulation

86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT

stage.

six.4.4) Service from which information about the review procedure may be obtained

Transport for London

London

Country

United Kingdom