Construction Tenders

Sat April 27 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 6

Status Active

Published 27th Mar 2024

Tender Details
Referenceocds-h6vhtk-044d6f
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£9,600,000
More Tenders »

London

Category Services

Type

No. of Lots 6

Status Active

Published 27th Mar 2024

Tender Details
Referenceocds-h6vhtk-044d6f
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£9,600,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Brent

Brent Civic Centre

Wembley

HA9 0FJ

Contact

Mr Philip Gardener

Email

Philip.Gardener [at] brent.gov.uk

Country

United Kingdom

NUTS code

UKI72 - Brent

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=ccbc3fa8-c6ea-ee11-8127-005056b64545

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/Advert/Index?advertId=ccbc3fa8-c6ea-ee11-8127-005056b64545

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

London Borough of Brent Council (LBBC) Technical Consultancy Framework

Reference number

DN716413

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is The Mayor and Burgesses of the London Borough of Brent (the Council) who

are responsible through Brent Property Services for approximately 9,000 tenant’s

properties and 4,000 leasehold properties.

The Council is delivering an ongoing major works programme covering major refurbishment

works together with planned works and some new build projects and in-fill schemes. The

planned programme of works includes cyclical maintenance and re-roofing. Some major ECO

projects are also planned. This lot is to be used for large scale works or larger programmes of

planned works.

LBBC has an annual £10m reactive maintenance budget, and a £50m planned maintenance

and capital works budget over the 4 years of the framework.

This 6 lot technical consultancy framework will include the following disciplines to facilitate

the delivery of LBBC’s refurbishment and planned works schemes, with the possibility of

some new build works over the framework’s 4-year term:

Lot 1 – Multi-Disciplinary Consultancy Services– Major Works

Lot 2 – Multi-Disciplinary Consultancy Services– Minor Works

Lot 3 – Structural Engineering

Lot 4 – Energy Efficiency and Retrofit Consultancy

Lot 5 – Fire Safety Management

Lot 6 – Mechanical and Electrical Engineering

Please note that potential suppliers can apply to all lots on the framework.

Although entirely independent of it, this framework is designed to complement a new

subcontractors’ framework LBBC are planning to set up. Further details on the

subcontractors framework will be made available to the market in due course.

II.1.5) Estimated total value

Value excluding VAT: £9,600,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Multi-Disciplinary Consultancy Services– Major Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 71322100 - Quantity surveying services for civil engineering works
  • 71323200 - Plant engineering design services
  • 71324000 - Quantity surveying services
  • 71327000 - Load-bearing structure design services
  • 71328000 - Verification of load-bearing structure design services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71420000 - Landscape architectural services
  • 71540000 - Construction management services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements

In summary: Professional disciplines to be covered by this Lot 1

‒ Contract Administrator;

‒ Architect;

‒ Project Manager;

‒ Employer’s Agent;

‒ Quantity Surveyor / Cost Consultant;

‒ Building Surveyor;

‒ Principal Designer;

‒ Structural Engineer;

‒ M&E Engineer (Building Services Consultant);

‒ Clerk of Works;

‒ Sustainability Consultant / ECO Consultant / Retrofit Co-ordinator;

‒ Lift Engineer; and

- Fire Safety Management Consultant.

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender. it is anticipated that a maximum of 4 suppliers will be appointed to the

framework.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Multi-disciplinary Consultancy Services - Minor Works

Lot No

2

II.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71221000 - Architectural services for buildings
  • 71223000 - Architectural services for building extensions
  • 71230000 - Organisation of architectural design contests
  • 71242000 - Project and design preparation, estimation of costs
  • 71250000 - Architectural, engineering and surveying services
  • 71321100 - Construction economics services
  • 71321200 - Heating-system design services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71323200 - Plant engineering design services
  • 71324000 - Quantity surveying services
  • 71327000 - Load-bearing structure design services
  • 71328000 - Verification of load-bearing structure design services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71420000 - Landscape architectural services
  • 71540000 - Construction management services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements

In summary: Professional disciplines to be covered by this Lot 2

‒ Contract Administrator

‒ Architect

‒ Project Manager

‒ Employer’s Agent

‒ Quantity Surveyor / Cost Consultant

‒ Building Surveyor

‒ Principal Designer

‒ Structural Engineer

‒ M&E Engineer (Building Services Consultant)

‒ Clerk of Works

‒ Sustainability Consultant / ECO Consultant / Retrofit Co-ordinator

‒ Lift Engineer

‒ Fire Safety Management Consultant:

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender. it is anticipated that a maximum of 4 suppliers will be appointed to the

framework.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,600,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Structural Engineering

Lot No

3

II.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71319000 - Expert witness services
  • 71327000 - Load-bearing structure design services
  • 71328000 - Verification of load-bearing structure design services
  • 71351500 - Ground investigation services
  • 71510000 - Site-investigation services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements.

The successful Consultants are to provide the quality and continuity of expert professional

services required from a Structural Engineer as ordered by the Council under this

Framework. The successful Consultants shall appoint a Framework Manager to liaise with

the Council for this Framework.

The Consultant is to note that the Council reserves the right not to award any work via this

Framework and this is subject to budget availability and other relevant factors.

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Energy Design and Retrofit Consultancy

Lot No

4

II.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements.

Under this Framework the Council requires Consultants who are fully qualified, hold

appropriate accreditations, all in accordance with PAS 2035 and are able to provide PAS

2035 standards together with compliant surveys, designs, specifications, management of

the Retrofit Installer, monitor and evaluate the effectiveness of a Project and provide feedback to the Council.

The council is therefore seeking a Consultant that will work with the Council to identify

eligible properties, undertake the necessary eligibility checks and ring-fence funding for the

works with suitably qualified installers.

The Consultants are also required to support the Council in making Applications for the

Social Housing Decarbonisation Fund (SHDF) Wave 2.1 or for similar competitions and

proposals for funding.

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender. it is anticipated that a maximum of 3 suppliers will be appointed to the

framework.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Fire Safety Management

Lot No

5

II.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements.

Where directed by the Council the successful Consultants are to provide the quality and

continuity of expert professional services required from a Fire Safety Management

Consultant as ordered by the Council under this Framework. The successful Consultants

shall appoint a Framework Manager to liaise with the Council for this Framework.

The Consultant is to note that the Council reserves the right not to award any work via this

Framework and this is subject to budget availability and other relevant factors.

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender. it is anticipated that a maximum of 3 suppliers will be appointed to the

framework.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Mechanical and Electrical Engineering

Lot No

6

II.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

II.2.3) Place of performance

NUTS codes
  • UKI72 - Brent

II.2.4) Description of the procurement

Please see Specification attached as part of the tender documentation for detailed

requirements.

The successful Consultants are to provide the quality and continuity of expert professional

services required from a Mechanical and Electrical Engineer as ordered by the Council under

this Framework. The successful Consultants shall appoint a Framework Manager to liaise

with the Council for this Framework.

The Consultant is to note that the Council reserves the right not to award any work via this

Framework and this is subject to budget availability and other relevant factors.

A shortlist of the 8 highest scoring suppliers for this lot at SQ stage will be drawn up and

invited to tender. it is anticipated that a maximum of 3 suppliers will be appointed to the

framework.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £1,200,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

30 April 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 June 2024

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 26 January 2025


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales - Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom