Section one: Contracting authority
one.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
Contact
Procurement Team
Procurement.team@Bracknell-Forest.Gov.uk
Telephone
+44 1344352009
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
http://www.bracknell-forest.gov.uk
Buyer's address
http://www.bracknell-forest.gov.uk
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Soft Market Testing for Building Design Consultancy Services
Reference number
DN699117
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.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
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.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
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030173
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 November 2023
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 November 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Bracknell Forest Council
Bracknell
RG12 1JD
procurement.team@bracknell-forest.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Bracknell Forest Council
Bracknell
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Not applicable - soft market test only
six.4.4) Service from which information about the review procedure may be obtained
Procurement Team
Bracknell
procurement.team@bracknell-forest.gov.uk
Country
United Kingdom