Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 4th Aug 2023
Reference | ocds-h6vhtk-03ecf0 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | - |
London
Category Works
Type
No. of Lots 1
Status Active
Published 4th Aug 2023
Reference | ocds-h6vhtk-03ecf0 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
London Borough of Bromley
Bromley Civic Centre, Stockwell Close
Bromley
BR1 3UH
procurement [at] bromley.gov.uk
Country
United Kingdom
NUTS code
UKI61 - Bromley
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Consultancy Services for Bromley Libraries Repair Works Programme
Reference number
DN682758
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Libraries are a popular community asset in Bromley and offer an extended range of services to the residents of the borough. There are 14 libraries in the borough but only 9 are subject to this Programme of Works.
The Council is looking to appoint a lead consultant who will produce a detailed brief of works for each of the identified libraries and to manage the delivery of this programme of works. It is anticipated that these works will be completed by June 2025.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71000000 - Architectural, construction, engineering and inspection services
II.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
II.2.4) Description of the procurement
The London Borough of Bromley is inviting tenders from suitably qualified and experienced consultancy who have the capacity to manage the project as set out in the Tender Documents.
All applications must be made through the London Tenders Portal only and not to the contact details contained in this notice.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £800,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 June 2025
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
Open procedure
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
7 September 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
7 September 2023
Local time
12:00pm
Place
on line Via ProContract
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Evaluation of the tender will be based on the CIPFA standing guide and in full compliance with EU Directives, the Council's Contract Procedure Rules and stated criteria.
Evaluation if the criteria for quality issues etc. will also include the operation of minimum score thresholds. If a proposal receives a score below the required threshold then the bid may not be considered further. The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area. An indicative use of this model can be downloaded from the Council's website.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant procurement regulations. Prospective contractors are advised that the documents issued at this time in conjunction with the Find A Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contract Regulations 2015.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand, Holborn
London
WC2A 2LL
Country
United Kingdom