Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
London Borough of Bromley
Civic Centre, Churchill Court, 2 Westmoreland Road, Bromley, Kent.
Bromley
BR1 1AS
UK
Person cyswllt: Procurement
Ffôn: +44 2083134444
E-bost: Procurement@bromley.gov.uk
NUTS: UKI61
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.bromley.gov.uk/
Cyfeiriad proffil y prynwr: http://www.bromley.gov.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.londontenders.org
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.londontenders.org
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Multi Disciplinary Consultancy Services Beckenham Car Park Housing Development
Cyfeirnod: DN759762
II.1.2) Prif god CPV
71000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Council is seeking to procure a Multi-disciplinary Consultancy Team Service who will be responsible for progressing and administrating the contract once the main works tender process has concluded. Please refer to the Specifications for the detailed service requirements.
The Successful MDC Team will be required to provide the following Services.
• Full Multi-Disciplinary Consultant team services for RIBA Stages 3b-4a.
• Technical Advisory Services for RIBA Stages 4b-7 once a main work contractor is appointed.
• The MDC team will comprise:
o Architect
o Landscape Architect
o Civil and Infrastructure Engineer
o Structural Engineer
o MEP Consultant (Mechanical, Electrical and Plumbing)
o Fire Consultant
o Sustainability Consultant
o Acoustic Consultant
o Planning Consultant
o Principal Designer
o Arboricultural Consultant
o Other specialist disciplines proposed by the MDC team
• The MDC must nominate a Lead Consultant as part of their tender submission. The Lead Consultant must be from the architectural or engineering disciplines.
• The MDC team will work with the PM/EA, QS and any other Council appointed consultants as required to successfully deliver the scheme.
• All consultants will be expected to undertake an audit and gap analysis of existing information and outputs prepared and identify any shortfalls.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 669 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKI61
II.2.4) Disgrifiad o’r caffaeliad
The Council is seeking to procure a Multi-disciplinary Consultancy Team Service who will be responsible for progressing and administrating the contract once the main works tender process has concluded. Please refer to the Specifications for the detailed service requirements.
The Successful MDC Team will be required to provide the following Services.
• Full Multi-Disciplinary Consultant team services for RIBA Stages 3b-4a.
• Technical Advisory Services for RIBA Stages 4b-7 once a main work contractor is appointed.
• The MDC team will comprise:
o Architect
o Landscape Architect
o Civil and Infrastructure Engineer
o Structural Engineer
o MEP Consultant (Mechanical, Electrical and Plumbing)
o Fire Consultant
o Sustainability Consultant
o Acoustic Consultant
o Planning Consultant
o Principal Designer
o Arboricultural Consultant
o Other specialist disciplines proposed by the MDC team
• The MDC must nominate a Lead Consultant as part of their tender submission. The Lead Consultant must be from the architectural or engineering disciplines.
• The MDC team will work with the PM/EA, QS and any other Council appointed consultants as required to successfully deliver the scheme.
• All consultants will be expected to undertake an audit and gap analysis of existing information and outputs prepared and identify any shortfalls.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 40
Price
/ Pwysoliad:
60
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 669 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 28
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
20/02/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
20/02/2025
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Ffôn: +44 2079477156
E-bost: Chancery.Issue@justice.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Ffôn: +44 2079477156
E-bost: Chancery.Issue@justice.gov.uk
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Royal Courts of Justice - Technology and Construction Court
7, Rolls Buildings, Fetter Lane
London
EC4A 1NL
UK
Ffôn: +44 2079477156
VI.5) Dyddiad anfon yr hysbysiad hwn
20/01/2025