Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
UK
Contact person: Procurement Team
Telephone: +44 1344352009
E-mail: Procurement.team@Bracknell-Forest.Gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.bracknell-forest.gov.uk
Address of the buyer profile: http://www.bracknell-forest.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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
Soft Market Testing for Building Design Consultancy Services
Reference number: DN699117
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
The Council has been working with a Managing Partner, since 2013 to deliver the various construction programmes of work including Education & Corporate One-Off Capital Schemes, Annual Planned Maintenance Programmes and various survey programmes, the contract is due to expire at the end of June 2025
The Council is currently looking at options to procure a single organisation (not a consortium of organisations) to support the delivering of planned and capital construction project from inception to completion and to include an advice, design, project and programme management service for new builds, extensions and refurbishments of existing buildings from contract ranging from £200k to £10million.
The Councils’ Capital Programme: Spend per annum typically comprises of:
• £3m on school extensions and remodelling to School buildings.
• Up to £4m new works and refurbishments on other Council buildings.
• £1m planned maintenance on school buildings
• £1m planned maintenance on other Council buildings.
The current contract will expire on 30th June 2025 to allow for completion of the key construction projects. The current Managing Partner also handled all retention/defects liability issues in respect of projects started/completed during their tenure.
Succession Planning: The Consultant will begin working with the Council from April 2025, including:
• Familiarising themselves with the Councils’ Estate and key personnel
• Begin working up new projects required for delivery in the 2025/2026 financial year
• Working up to full handover from the current Managing Partner on 30th June 2025
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
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:
UK
II.2.4) Description of the procurement
The Council has been working with a Managing Partner, since 2013 to deliver the various construction programmes of work including Education & Corporate One-Off Capital Schemes, Annual Planned Maintenance Programmes and various survey programmes, the contract is due to expire at the end of June 2025
The Council is currently looking at options to procure a single organisation (not a consortium of organisations) to support the delivering of planned and capital construction project from inception to completion and to include an advice, design, project and programme management service for new builds, extensions and refurbishments of existing buildings from contract ranging from £200k to £10million.
The Councils’ Capital Programme: Spend per annum typically comprises of:
• £3m on school extensions and remodelling to School buildings.
• Up to £4m new works and refurbishments on other Council buildings.
• £1m planned maintenance on school buildings
• £1m planned maintenance on other Council buildings.
The current contract will expire on 30th June 2025 to allow for completion of the key construction projects. The current Managing Partner also handled all retention/defects liability issues in respect of projects started/completed during their tenure.
Succession Planning: The Consultant will begin working with the Council from April 2025, including:
• Familiarising themselves with the Councils’ Estate and key personnel
• Begin working up new projects required for delivery in the 2025/2026 financial year
• Working up to full handover from the current Managing Partner on 30th June 2025
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
To be agreed
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is believed that this is the size of the market offering but this is TBA
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
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-030173
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/11/2023
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/11/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
Bracknell Forest Council
Bracknell
RG12 1JD
UK
E-mail: procurement.team@bracknell-forest.gov.uk
VI.4.2) Body responsible for mediation procedures
Bracknell Forest Council
Bracknell
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not applicable - soft market test only
VI.4.4) Service from which information about the review procedure may be obtained
Procurement Team
Bracknell
UK
E-mail: procurement.team@bracknell-forest.gov.uk
VI.5) Date of dispatch of this notice
14/11/2023