Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Bromley
Civic Centre, Churchill Court, 2 Westmoreland Road, Bromley, Kent.
Bromley
BR1 1AS
UK
Contact person: Procurement
Telephone: +44 2083134444
E-mail: Procurement@bromley.gov.uk
NUTS: UKI61
Internet address(es)
Main address: http://www.bromley.gov.uk/
Address of the buyer profile: http://www.bromley.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi Disciplinary Consultancy Services Beckenham Car Park Housing Development
Reference number: DN759762
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking to procure a Multi-disciplinary Consultancy Team Service who will be responsible for progressing and administrating the contract once the main works tender process has concluded. Please refer to the Specifications for the detailed service requirements.
The Successful MDC Team will be required to provide the following Services.
• Full Multi-Disciplinary Consultant team services for RIBA Stages 3b-4a.
• Technical Advisory Services for RIBA Stages 4b-7 once a main work contractor is appointed.
• The MDC team will comprise:
o Architect
o Landscape Architect
o Civil and Infrastructure Engineer
o Structural Engineer
o MEP Consultant (Mechanical, Electrical and Plumbing)
o Fire Consultant
o Sustainability Consultant
o Acoustic Consultant
o Planning Consultant
o Principal Designer
o Arboricultural Consultant
o Other specialist disciplines proposed by the MDC team
• The MDC must nominate a Lead Consultant as part of their tender submission. The Lead Consultant must be from the architectural or engineering disciplines.
• The MDC team will work with the PM/EA, QS and any other Council appointed consultants as required to successfully deliver the scheme.
• All consultants will be expected to undertake an audit and gap analysis of existing information and outputs prepared and identify any shortfalls.
II.1.5) Estimated total value
Value excluding VAT:
669 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI61
II.2.4) Description of the procurement
The Council is seeking to procure a Multi-disciplinary Consultancy Team Service who will be responsible for progressing and administrating the contract once the main works tender process has concluded. Please refer to the Specifications for the detailed service requirements.
The Successful MDC Team will be required to provide the following Services.
• Full Multi-Disciplinary Consultant team services for RIBA Stages 3b-4a.
• Technical Advisory Services for RIBA Stages 4b-7 once a main work contractor is appointed.
• The MDC team will comprise:
o Architect
o Landscape Architect
o Civil and Infrastructure Engineer
o Structural Engineer
o MEP Consultant (Mechanical, Electrical and Plumbing)
o Fire Consultant
o Sustainability Consultant
o Acoustic Consultant
o Planning Consultant
o Principal Designer
o Arboricultural Consultant
o Other specialist disciplines proposed by the MDC team
• The MDC must nominate a Lead Consultant as part of their tender submission. The Lead Consultant must be from the architectural or engineering disciplines.
• The MDC team will work with the PM/EA, QS and any other Council appointed consultants as required to successfully deliver the scheme.
• All consultants will be expected to undertake an audit and gap analysis of existing information and outputs prepared and identify any shortfalls.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
669 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 28
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
20/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Telephone: +44 2079477156
E-mail: Chancery.Issue@justice.gov.uk
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Telephone: +44 2079477156
E-mail: Chancery.Issue@justice.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Telephone: +44 2079477156
VI.5) Date of dispatch of this notice
20/01/2025