Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Multi Disciplinary Consultancy Services Beckenham Car Park Housing Development

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d4db
Published by:
London Borough of Bromley
Authority ID:
AA23241
Publication date:
26 February 2025
Deadline date:
20 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@bromley.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.