Notice Information
Notice Title
London Borough of Brent Council (LBBC) Technical Consultancy Framework
Notice 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 PS10m reactive maintenance budget, and a PS50m 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.
Lot Information
Multi-Disciplinary Consultancy Services- Major Works
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.
Multi-disciplinary Consultancy Services - Minor WorksPlease 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.
Structural EngineeringPlease 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.
Energy Design and Retrofit ConsultancyPlease 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.
Fire Safety ManagementPlease 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.
Mechanical and Electrical EngineeringPlease 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044d6f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009989-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
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
71312000 - Structural engineering consultancy services
71314200 - Energy-management services
71314300 - Energy-efficiency consultancy services
71317100 - Fire and explosion protection and control consultancy services
71319000 - Expert witness services
71320000 - Engineering design services
71321100 - Construction economics services
71321200 - Heating-system design services
71322000 - Engineering design services for the construction of civil engineering works
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
71351500 - Ground investigation services
71420000 - Landscape architectural services
71510000 - Site-investigation services
71540000 - Construction management services
Notice Value(s)
- Tender Value
- £9,600,000 £1M-£10M
- Lots Value
- £9,600,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20241 years ago
- Submission Deadline
- 30 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF BRENT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WEMBLEY
- Postcode
- HA9 0FJ
- Post Town
- Harrow
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI72 Brent
- Delivery Location
- TLI72 Brent
-
- Local Authority
- Brent
- Electoral Ward
- Wembley Park
- Westminster Constituency
- Brent West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-044d6f-2024-03-27T11:00:05Z",
"date": "2024-03-27T11:00:05Z",
"ocid": "ocds-h6vhtk-044d6f",
"initiationType": "tender",
"tender": {
"id": "DN716413",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "London Borough of Brent Council (LBBC) Technical Consultancy Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"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 PS10m reactive maintenance budget, and a PS50m 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.",
"value": {
"amount": 9600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Multi-Disciplinary Consultancy Services- Major Works",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Multi-disciplinary Consultancy Services - Minor Works",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Structural Engineering",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Energy Design and Retrofit Consultancy",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Fire Safety Management",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "6",
"title": "Mechanical and Electrical Engineering",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "71323200",
"description": "Plant engineering design services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71327000",
"description": "Load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71328000",
"description": "Verification of load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71210000",
"description": "Advisory architectural services"
},
{
"scheme": "CPV",
"id": "71221000",
"description": "Architectural services for buildings"
},
{
"scheme": "CPV",
"id": "71223000",
"description": "Architectural services for building extensions"
},
{
"scheme": "CPV",
"id": "71230000",
"description": "Organisation of architectural design contests"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "71321100",
"description": "Construction economics services"
},
{
"scheme": "CPV",
"id": "71321200",
"description": "Heating-system design services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71323200",
"description": "Plant engineering design services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71327000",
"description": "Load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71328000",
"description": "Verification of load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71319000",
"description": "Expert witness services"
},
{
"scheme": "CPV",
"id": "71327000",
"description": "Load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71328000",
"description": "Verification of load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71351500",
"description": "Ground investigation services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314200",
"description": "Energy-management services"
},
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317100",
"description": "Fire and explosion protection and control consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKI72"
}
],
"relatedLot": "6"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=ccbc3fa8-c6ea-ee11-8127-005056b64545",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2024-04-30T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-06-14T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-01-26T23:59:59Z"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-14726",
"name": "London Borough of Brent",
"identifier": {
"legalName": "London Borough of Brent"
},
"address": {
"streetAddress": "Brent Civic Centre",
"locality": "Wembley",
"region": "UKI72",
"postalCode": "HA9 0FJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Philip Gardener",
"email": "Philip.Gardener@brent.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=ccbc3fa8-c6ea-ee11-8127-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.brent.gov.uk/",
"buyerProfile": "http://www.brent.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-109244",
"name": "High Court of England and Wales - Royal Courts of Justice",
"identifier": {
"legalName": "High Court of England and Wales - Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-14726",
"name": "London Borough of Brent"
},
"language": "en"
}