Section one: Contracting authority
one.1) Name and addresses
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
Contact
Mr Brandon Cooper
Telephone
+44 2083561751
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register
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
Hackney Council - New Homes Programme - Provision of a Multi Disciplinary Consultant
Reference number
DN671474
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council seeks to procure the services of a Multi Disciplinary Consultant for multiple project sites within Hackney as part of Hackney Council’s New Homes Programme (NHP). The programme will deliver new homes and landscaping (and in some cases additional uses). The Multi Disciplinary Consultant will work with the design team to deliver the project up to RIBA Stage 3+.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
The Council seeks to procure the services of a Multi Disciplinary Consultant for multiple project sites within Hackney as part of Hackney Council’s New Homes Programme (NHP). The programme will deliver new homes and landscaping (and in some cases additional uses). The Multi Disciplinary Consultant will work with the design team to deliver the project up to RIBA Stage 3+.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This is a Restricted (Two Stage) Tender. Only the organizations which have passed the initial Selection Questionnaire (SQ) stage will be invited to submit a response to the Invitation to Tender (ITT). The Council anticipates that the top 5 highest scoring bidders at the SQ stage will be shortlisted through to the ITT stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
As set out in the Invitation to Tender and associated tender documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 June 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 June 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the tender documentation and complete the Selection Questionnaire (SQ) at Stage 1, and respond to the Invitation to Tender (ITT) at Stage 2. To register as a supplier on ProContract please visit London's Tenders Portal at:https://www.londontenders.org/ and click on the 'Suppliers' Area' link to the left. On the right-hand side, you will see a green 'register' icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom