Construction Contract Leads
London
Category Services
Type
No. of Lots 6
Status Active
Published 27th Mar 2024
Reference | ocds-h6vhtk-044d6f |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | £9,600,000 |
London
Category Services
Type
No. of Lots 6
Status Active
Published 27th Mar 2024
Reference | ocds-h6vhtk-044d6f |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted 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
Philip.Gardener [at] brent.gov.uk
Country
United Kingdom
NUTS code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
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