Section one: Contracting authority
one.1) Name and addresses
LHC Procurement Group
Royal House 2-4 Vine Street
Uxbridge
UB81QE
Contact
Paul Smith
Telephone
+44 7960002929
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Companies House
14601330
Internet address(es)
Main address
https://www.lhcprocure.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/41
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/41
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Sector Framework Provider
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Architecture Design Services Framework
Reference number
ADS2
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
Architecture Design Services framework is designed to provide an extensive range of architectural services, thereby catering to a diverse spectrum of requirements. This framework is strategically divided into multiple distinct lots, an approach that provides both clients and bidders with a heightened degree of flexibility and choice.
The framework will provide a rejuvenation of the pre-existing workstreams found within ADS1 and ADS1.1. This enhancement is undertaken with a purposeful intent to build upon the strengths of these previous iterations while providing additional flexibility and removing identified complexity from ADS1 & ADS1.1.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Bidders will only be allowed to bid and be appointed to a maximum of 3 lots. Micro/Small practices will be allowed to bid for a 4th lot (Lot 7) which is reserved for Micro/Small practices only. Lots 1 - 6 will have 2 spaces reserved for Micro/Small practices and 8 spaces open to all bidders.
two.2) Description
two.2.1) Title
Master Planning
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This lot is for the preparation and production of Strategic or Project-specific Masterplans for various Public Sector Clients across London.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, embedding and delivering project specific social value, stakeholder engagement and consultation, options appraisals, business planning, traffic appraisals, land use and infrastructure surveys. They will also be able to demonstrate, by example, how social and environmental context, infrastructure and services, energy sources and security, connectivity and future needs have been successfully addressed in completed projects.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Education and Public Buildings
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
- UKI - London
two.2.4) Description of the procurement
This workstream will include full Architects' Services for new, remodelled and refurbishment projects in the education, social care and non-housing community buildings sectors, as well as the commercial and industrial buildings sectors.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Homes
Lot No
3a
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This lot will include full Architects' Services for any low, medium or high-rise housing projects.
This lot will be divided into two value bands:
• Lot 3a - VB1 £0 - £ 20million
• Lot 3b - VB2 £20 million +
The above value bands relate to the overall project construction value. They are not specific to the architect services contract value.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Homes
Lot No
3b
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This lot will include full Architects' Services for any low, medium or high-rise housing projects.
This workstream will be divided into two value bands:
• Lot 3a - VB1 £0 - £ 20million
• Lot 3b - VB2 £20 million +
The above value bands relate to the overall project construction value. They are not specific to the architect services contract value.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, awareness of and excellent capability in social context, sustainability and low energy use in the realm of housing consultation, design, and delivery.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Retrofit & Decarbonisation Design Services
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
- UKI - London
two.2.4) Description of the procurement
This workstream will include full Architects' Services for retrofit & decarbonisation projects and consultancy.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, excellent coordination, consultancy and design aptitudes in regard to retrofit and decarbonisation projects, showing an ability to work in line with PAS 2035.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
MMC Architecture Services
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
- UKI - London
two.2.4) Description of the procurement
This lot will include full Architects' Services for modern methods of construction (MMC), offsite, and modular building projects and technologies.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, excellent coordination, consultancy and design aptitudes in regard to MMC, offsite, and modular building projects and technologies.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Public Realm and Landscape
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
- UKI - London
two.2.4) Description of the procurement
This workstream will include full Architects' or Landscape Architects' Services for projects in the public realm.
Successful candidates will have demonstrated, through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
They will also have demonstrated, by example, an excellent capability in the creation of imaginative, flexible, practical and future proofed solutions together with an awareness of historic context, character, identity and place, long life and low maintenance.
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
two.2) Description
two.2.1) Title
Micro/Small Architects
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
- UKI - London
two.2.4) Description of the procurement
This design workstream is targeted at practices that are Micro or Small organisations.
Successful candidates will have demonstrated through the ITT evaluation processes, excellent capabilities in project and team management, imbedding and delivering project specific social value, stakeholder engagement and consultation, project brief development, innovation, design skills, pre- and post-contract management and cost management.
Practices bidding for this workstream must have an annual turnover of less than £1,000,000 (One Million Pounds) and this will be evidenced through review of accounting and financial evidence
two.2.5) Award criteria
Quality criterion - Name: General Quality Questions / Weighting: 40%
Quality criterion - Name: Lot Specific Quality Questions / Weighting: 40%
Cost criterion - Name: RIBA Stages / Weighting: 10%
Cost criterion - Name: Day Rates / Weighting: 10%
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: Yes
Description of options
2 x 1 year optional extensions to support the streamlining of multiple architecture frameworks to remove complexity in offering to the architecture market
two.2.14) Additional information
10 spaces to be appointed.
8 spaces open to all bidders
2 spaces reserved for Micro/Small practices
Subject to there being sufficient acceptable bids LHC PG will appoint a reserve list of 2 (two). These will be the 11th and 12th ranked Bidders for each lot.
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
Mandatory Membership of the Architects Registration Board (ARB) is a mandatory requirement for this framework
three.1.2) Economic and financial standing
List and brief description of selection criteria
Lot 7 - Turnover maximum of £1 million for financial year 2023/2024
Creditsafe, Liquidity, Profitability checks for all bidders - refer to ITT for details
Minimum level(s) of standards possibly required
Refer to ITT for more information
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
4 year framework with 2 x 1 year optional extensions. This decision was made to allow for the next iteration of this framework to be merged in to a larger consultancy framework to support a reduction in demand on the supply chain.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-013193
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 2024
Local time
12:00pm
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: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 December 2024
Local time
9:00am
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 Courts of Justice, The Strand
London
WC2A 2L
Country
United Kingdom