Section one: Contracting authority
one.1) Name and addresses
London Borough of Bromley
Civic Centre, Churchill Court, 2 Westmoreland Road, Bromley, Kent.
Bromley
BR1 1AS
Contact
Procurement
Telephone
+44 2083134444
Country
United Kingdom
Region code
UKI61 - Bromley
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multi Disciplinary Consultancy Services Beckenham Car Park Housing Development
Reference number
DN759762
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
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.
two.1.5) Estimated total value
Value excluding VAT: £669,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £669,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 February 2025
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 February 2025
Local time
12:00pm
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
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
six.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
Telephone
+44 2079477156
Country
United Kingdom