Notice Information
Notice Title
London Borough of Lambeth Asset Delivery Partners
Notice Description
The London Borough of Lambeth is seeking to appoint two Asset Delivery Partners, one for the North and one for the South of the Borough. The procurement process will follow the Restricted Procedure. The contract will have two main functions; to specify and manage major work projects (planned and procured by the Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The contract will be for an initial term of 3 years with two options to extend by a further year (3 + 1 + 1). The Contract is not exclusive and the Consultant will be instructed to provide services for projects as and when required by the Council. The Contract will be divided into two geographical lots and will have a total value of approx. GBP PS1,758,350 per lot.
Lot Information
Asset Delivery Partner - North
This Contract is for the North Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The Services outlined in the specification include, but are not limited to, the following disciplines: * Lead Consultant; * Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template; * Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales; * Contract Administrator - the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales; * Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales; * Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales; * CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales; * Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales; * Employers Agent; * Party Wall Surveys; * Condition Surveys; * Clerk of Works; * Structural engineering; * Town and Country Planning * Housing Law; Landlord and Tenant; * Expert Witness; * BIM Manager. The Consultant shall be expected to provide the following services without limitation: * Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements; * Technical support of programmes of works including, but not limited to: o Survey; o Design; o Specification; o Cost proposals; o Planning. * Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner; * Technical project management; * Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD); * Clerk of works; * Employer's agent; * Contract administration; and * Final account management. As part of this Agreement the Consultant shall deliver the required following outputs: * Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration; * Projects and schemes that are: o specified in line with the Client's key priorities - sustainability, compliance, and decent homes standard; o costed in line with Client, the Strategic Asset Partner and leaseholder expectations; o procured via the DPS to ensure 'best fit' contractors, value for money and transparency; o delivered in time and on budget; o exemplar and quality driven; * Specify and manage major work projects (planned and procured by the Strategic Asset Partner). It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).
Options: The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each.
Asset Delivery Partner - SouthThis Contract is for the South Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The Services outlined in the specification include, but are not limited, to the following disciplines: * Lead Consultant; * Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template; * Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales; * Contract Administrator - the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales; * Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales; * Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales; * CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales; * Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales; * Employers Agent; * Party Wall Surveys; * Condition Surveys; * Clerk of Works; * Structural engineering; * Town and Country Planning * Housing Law; Landlord and Tenant; * Expert Witness; * BIM Manager. The Consultant shall be expected to provide the following services without limitation: * Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements; * Technical support of programmes of works including, but not limited to: o Survey; o Design; o Specification; o Cost proposals; o Planning. * Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner; * Technical project management; * Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD); * Clerk of works; * Employer's agent; * Contract administration; and * Final account management. As part of this Agreement the Consultant shall deliver the required following outputs: * Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration; * Projects and schemes that are: o specified in line with the Client's key priorities - sustainability, compliance, and decent homes standard; o costed in line with Client, the Strategic Asset Partner and leaseholder expectations; o procured via the DPS to ensure 'best fit' contractors, value for money and transparency; o delivered in time and on budget; o exemplar and quality driven; * Specify and manage major work projects (planned and procured by the Strategic Asset Partner). It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).
Options: The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f892
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028963-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71315200 - Building consultancy services
71315300 - Building surveying services
71317210 - Health and safety consultancy services
71319000 - Expert witness services
71324000 - Quantity surveying services
71510000 - Site-investigation services
71530000 - Construction consultancy services
72224000 - Project management consultancy services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £3,516,700 £1M-£10M
- Lots Value
- £3,516,700 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Nov 20214 years ago
- Submission Deadline
- 20 Dec 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF LAMBETH
- Contact Name
- Folashade Duyile
- Contact Email
- fduyile@lambeth.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW2 1RW
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI45 Lambeth
-
- Local Authority
- Lambeth
- Electoral Ward
- Brixton Acre Lane
- Westminster Constituency
- Clapham and Brixton Hill
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02f892-2021-11-19T17:10:14Z",
"date": "2021-11-19T17:10:14Z",
"ocid": "ocds-h6vhtk-02f892",
"description": "Please note, Applicants are not permitted to choose which Lot they apply for. However, should note that at tender stage; the top scoring Tenderer shall be awarded the Lot it has stated it prefers, and in the absence of such preference; the top scoring Tenderer will be awarded Lot 1 and the second placed Tenderer shall be awarded the other Lot.",
"initiationType": "tender",
"tender": {
"id": "LBL/FD/HS/ADP",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "London Borough of Lambeth Asset Delivery Partners",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "The London Borough of Lambeth is seeking to appoint two Asset Delivery Partners, one for the North and one for the South of the Borough. The procurement process will follow the Restricted Procedure. The contract will have two main functions; to specify and manage major work projects (planned and procured by the Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The contract will be for an initial term of 3 years with two options to extend by a further year (3 + 1 + 1). The Contract is not exclusive and the Consultant will be instructed to provide services for projects as and when required by the Council. The Contract will be divided into two geographical lots and will have a total value of approx. GBP PS1,758,350 per lot.",
"value": {
"amount": 3516700,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Asset Delivery Partner - North",
"description": "This Contract is for the North Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The Services outlined in the specification include, but are not limited to, the following disciplines: * Lead Consultant; * Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template; * Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales; * Contract Administrator - the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales; * Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales; * Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales; * CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales; * Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales; * Employers Agent; * Party Wall Surveys; * Condition Surveys; * Clerk of Works; * Structural engineering; * Town and Country Planning * Housing Law; Landlord and Tenant; * Expert Witness; * BIM Manager. The Consultant shall be expected to provide the following services without limitation: * Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements; * Technical support of programmes of works including, but not limited to: o Survey; o Design; o Specification; o Cost proposals; o Planning. * Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner; * Technical project management; * Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD); * Clerk of works; * Employer's agent; * Contract administration; and * Final account management. As part of this Agreement the Consultant shall deliver the required following outputs: * Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration; * Projects and schemes that are: o specified in line with the Client's key priorities - sustainability, compliance, and decent homes standard; o costed in line with Client, the Strategic Asset Partner and leaseholder expectations; o procured via the DPS to ensure 'best fit' contractors, value for money and transparency; o delivered in time and on budget; o exemplar and quality driven; * Specify and manage major work projects (planned and procured by the Strategic Asset Partner). It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).",
"value": {
"amount": 1758350,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each."
},
"status": "active"
},
{
"id": "2",
"title": "Asset Delivery Partner - South",
"description": "This Contract is for the South Asset Delivery Partner for a geographical half of the borough. Their two principal functions will be to specify and manage major work projects (planned and procured by the Council's separately procured Strategic Asset Partner) and to empower and train the client team to self-manage major work projects. The Services outlined in the specification include, but are not limited, to the following disciplines: * Lead Consultant; * Architectural Services and Design - the Architectural Services and Design shall be delivered as detailed in the RIBA Plan of Work 2020 i.e. RIBA Plan of Work 2020 Overview and RIBA Plan of Work 2020 Template; * Cost Consultancy and Quantity Surveying - the Quantity Surveying Services shall be based on RICS Quantity Surveyor Services (2019 Edition) for England and Wales; * Contract Administrator - the Contract Administrator Services shall be based on RICS Contract Administration Services (2019 Edition) for England and Wales; * Project Management- the Project Management Services shall be based on RICS Project Manager Services (2019 Edition) for England and Wales; * Principal Designer - the Principal Designer Services shall be based on RICS Contract Principal Designer Services (2019 Edition) for England and Wales; * CDM and Health and Safety Consultancy - the CDMC Services are based on RICS CDM Compliance Consultant Services (2019 Edition) for England and Wales; * Building Surveying - the Building Surveying Services are based on RICS Building Surveyor Services (2019 Edition) for England and Wales; * Employers Agent; * Party Wall Surveys; * Condition Surveys; * Clerk of Works; * Structural engineering; * Town and Country Planning * Housing Law; Landlord and Tenant; * Expert Witness; * BIM Manager. The Consultant shall be expected to provide the following services without limitation: * Non-technical project management including Section 20 of the Landlord and Tenant Act 1985 (as amended) requirements; * Technical support of programmes of works including, but not limited to: o Survey; o Design; o Specification; o Cost proposals; o Planning. * Contractor appointment via the DPS, which will be managed by the Strategic Asset Partner; * Technical project management; * Management of Construction (Design and Management) Regulations 2015 (CDM) as Principal Designer (PD); * Clerk of works; * Employer's agent; * Contract administration; and * Final account management. As part of this Agreement the Consultant shall deliver the required following outputs: * Multi-disciplinary technical support co-located with Client officers - empowering front-line staff through knowledge transfer and data rich systems, interfaces and integration; * Projects and schemes that are: o specified in line with the Client's key priorities - sustainability, compliance, and decent homes standard; o costed in line with Client, the Strategic Asset Partner and leaseholder expectations; o procured via the DPS to ensure 'best fit' contractors, value for money and transparency; o delivered in time and on budget; o exemplar and quality driven; * Specify and manage major work projects (planned and procured by the Strategic Asset Partner). It is currently anticipated that the proposed Asset Delivery Partner contracts will start on 13 June 2022 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).",
"value": {
"amount": 1758350,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract will be for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71319000",
"description": "Expert witness services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71319000",
"description": "Expert witness services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UKI45"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40782&B=LBLAMBETH",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Please refer to procurement documents"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-12-20T12:00:00Z"
},
"secondStage": {
"invitationDate": "2022-01-24T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-11-24T23:59:59Z"
}
},
"hasRecurrence": false,
"reviewDetails": "In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the \"Award Decision Notice\" at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales."
},
"parties": [
{
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth",
"identifier": {
"legalName": "London Borough of Lambeth",
"id": "n/a"
},
"address": {
"streetAddress": "Town Hall, Brixton Hill",
"locality": "London",
"region": "UKI45",
"postalCode": "SW2 1RW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Folashade Duyile",
"email": "FDuyile@lambeth.gov.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40782&B=LBLAMBETH"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.lambeth.gov.uk",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-11148",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "United Kingdom",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-35233",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "United Kingdom",
"locality": "London",
"postalCode": "SW1 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-8254",
"name": "London Borough of Lambeth"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:431076-2020:TEXT:EN:HTML"
}
],
"language": "en"
}