Tender

Consultancy Services for Bromley Libraries Repair Works Programme

  • London Borough of Bromley

F02: Contract notice

Notice identifier: 2023/S 000-022676

Procurement identifier (OCID): ocds-h6vhtk-03ecf0

Published 4 August 2023, 7:43am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Bromley

Bromley Civic Centre, Stockwell Close

Bromley

BR1 3UH

Email

procurement@bromley.gov.uk

Country

United Kingdom

Region code

UKI61 - Bromley

Internet address(es)

Main address

http://www.bromley.gov.uk/

Buyer's address

http://www.bromley.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.com

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

Consultancy Services for Bromley Libraries Repair Works Programme

Reference number

DN682758

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Libraries are a popular community asset in Bromley and offer an extended range of services to the residents of the borough. There are 14 libraries in the borough but only 9 are subject to this Programme of Works.

The Council is looking to appoint a lead consultant who will produce a detailed brief of works for each of the identified libraries and to manage the delivery of this programme of works. It is anticipated that these works will be completed by June 2025.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI61 - Bromley

two.2.4) Description of the procurement

The London Borough of Bromley is inviting tenders from suitably qualified and experienced consultancy who have the capacity to manage the project as set out in the Tender Documents.

All applications must be made through the London Tenders Portal only and not to the contact details contained in this notice.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

30 June 2025

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 September 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

7 September 2023

Local time

12:00pm

Place

on line Via ProContract


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Evaluation of the tender will be based on the CIPFA standing guide and in full compliance with EU Directives, the Council's Contract Procedure Rules and stated criteria.

Evaluation if the criteria for quality issues etc. will also include the operation of minimum score thresholds. If a proposal receives a score below the required threshold then the bid may not be considered further. The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area. An indicative use of this model can be downloaded from the Council's website.

The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant procurement regulations. Prospective contractors are advised that the documents issued at this time in conjunction with the Find A Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contract Regulations 2015.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom