Tender

Soft Market Testing for Building Design Consultancy Services

  • Bracknell Forest Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-033584

Procurement identifier (OCID): ocds-h6vhtk-040b8e

Published 14 November 2023, 11:17am



Section one: Contracting authority

one.1) Name and addresses

Bracknell Forest Borough Council

Time Square, Market Street

Bracknell

RG12 1JD

Contact

Procurement Team

Email

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

Email

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

Email

procurement.team@bracknell-forest.gov.uk

Country

United Kingdom