Procurement

BHCC - RS - LPS Programme - Consultants phase 1 - Design Team

  • Brighton and Hove City Council

Procurement identifier (OCID): ocds-h6vhtk-05663b

Description

Context and Background can be found on the linked preliminary market engagement notices.

Following these notices the council have developed an approach to appointing the design team across two sites which cover a combined 7 of the 8 blocks. The block retained outside of this arrangement (St. James House in Kemptown) is being progressed through an existing contractual mechanism within the council.

The remaining blocks are being separated into two sites under which each site will have a separate design team appointed, these will be:

- The Hollingdean Site: Comprised of 2 blocks; Nettleton Court and Dudeney Lodge.

- The Whitehawk Site: Comprised of 5 blocks; Kingfisher Court, Falcon Court, Kestrel Court, Heron Court and Swallow Court.

The scope of the appointments will vary slightly dependant on specialism however the intent is that the appointed consultants will progress as a minimum the redevelopment designs to RIBA stage 3 (excluding demolition). The council may appoint further stages under this contract but is still exploring the avenues for the build phase of the redevelopments which may be directly delivered by the council or handed over to a commercial development partner.

In either build phase scenario these appointments will ensure that those projects can progress swiftly with the designs for the redevelopment already underway. Demolition design will be appointed through a separate process but is being made under the same rationale; to bring forward the pre-build phase work to compress the total redevelopment timeline.

This tender will be undertaken in two stages:

Stage 1; Shortlisting (Conditions of participation and Quality)

Stage 2; Invitation to tender (Quality and price)

The Lot structure will be based on a Lot for each specialism for each site, Hollingdean (Site 1; Lot 1; Each Specialism A, B, C and D), Whitehawk (Site 2; Lot 2; Each Specialism A, B, C and D). This makes for a total of eight available lots.

The specialist areas for appointment in Phase 1 are as follows:

- A: Employers Agent / Quantity Surveyor / Project Manager (CDM)

- B: Architect (Building safety and Principal designer)

- C: Structural and Civil Engineering

- D: Fire safety engineer

Bidders will be able to bid for all lots but can only be appointed in limited combinations to improve resilience across the sites and ensure that conflict of interest can be managed by the client team and the Lead Consultant.

The highest scoring bidder for each lot will be appointed with a ranking system used to determine the winner, in the case of a single bidder being successful in more lots or combinations which are not allowed they will be appointed based on their highest scoring responses and excluded from those beyond the maximum appointments possible.

Bidders can be awarded for combination of only lots A for both sites or Lots B, C & D for each site with a maximum number of appointments over all lots of 3 appointments per supplier.

Stage 1 will shortlist to a maximum of 5 bidders per lot and stage 2 will award a single bidder to each Lot.

The programme for this project has several complex risk factors related to the existing residents, demolition and the councils build phase delivery model. However it is the council's intent to complete the redevelopment in the fastest realistic timescale and has therefore left this contract with a 5 years initial term allowing for a long extension to cover some appointments potentially remaining client side during the build phase.

The process describes this appointment as phase 1, this is due to the need for at least one further phases of appointments of consultants. Phase 2 appointments will consist of the team appointed to design and potentially deliver demolition of the two sites.

Notices

UK4: Tender notice

Notice identifier
2026/S 000-006866
Published
26 January 2026, 11:21pm

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-084819
Published
19 December 2025, 11:43am

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-043126
Published
25 July 2025, 1:05pm
Show all versions Hide all versions