Skip to main content
Tenders

BHCC - RS - LPS Programme - Consultants phase 1 - Design Team

Open
Deadline
126 days left
July 30, 2026
Contract Details
Category
Restricted Procedure
Reference
006866-2026
Value
£8,000,000
Location
South East England, United Kingdom
Published
March 19, 2026
CPV Code
Project Timeline

Tender Published

January 26, 2026

Deadline for Questions

July 23, 2026

Submission Deadline

July 30, 2026

Contract Start Date

July 30, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£8,000,000
Duration
61 months
Location
South East England
Type
Restricted Procedure
56
Quality Score/100
Fair

Original Tender Description

Context and Background can be found on the linked preliminary market engagement notices. Following these notices the council have developed an approach to appointing the design team across two sites which cover a combined 7 of the 8 blocks. The block retained outside of this arrangement (St. James House in Kemptown) is being progressed through an existing contractual mechanism within the council. The remaining blocks are being separated into two sites under which each site will have a separate design team appointed, these will be: - The Hollingdean Site: Comprised of 2 blocks; Nettleton Court and Dudeney Lodge. - The Whitehawk Site: Comprised of 5 blocks; Kingfisher Court, Falcon Court, Kestrel Court, Heron Court and Swallow Court. The scope of the appointments will vary slightly dependant on specialism however the intent is that the appointed consultants will progress as a minimum the redevelopment designs to RIBA stage 3 (excluding demolition). The council may appoint further stages under this contract but is still exploring the avenues for the build phase of the redevelopments which may be directly delivered by the council or handed over to a commercial development partner. In either build phase scenario these appointments will ensure that those projects can progress swiftly with the designs for the redevelopment already underway. Demolition design will be appointed through a separate process but is being made under the same rationale; to bring forward the pre-build phase work to compress the total redevelopment timeline. This tender will be undertaken in two stages: Stage 1; Shortlisting (Conditions of participation and Quality) Stage 2; Invitation to tender (Quality and price) The Lot structure will be based on a Lot for each specialism for each site, Hollingdean (Site 1; Lot 1; Each Specialism A, B, C and D), Whitehawk (Site 2; Lot 2; Each Specialism A, B, C and D). This makes for a total of eight available lots. The specialist areas for appointment in Phase 1 are as follows: - A: Employers Agent / Quantity Surveyor / Project Manager (CDM) - B: Architect (Building safety and Principal designer) - C: Structural and Civil Engineering - D: Fire safety engineer Bidders will be able to bid for all lots but can only be appointed in limited combinations to improve resilience across the sites and ensure that conflict of interest can be managed by the client team and the Lead Consultant. The highest scoring bidder for each lot will be appointed with a ranking system used to determine the winner, in the case of a single bidder being successful in more lots or combinations which are not allowed they will be appointed based on their highest scoring responses and excluded from those beyond the maximum appointments possible. Bidders can be awarded for combination of only lots A for both sites or Lots B, C & D for each site with a maximum number of appointments over all lots of 3 appointments per supplier. Stage 1 will shortlist to a maximum of 5 bidders per lot and stage 2 will award a single bidder to each Lot. The programme for this project has several complex risk factors related to the existing residents, demolition and the councils build phase delivery model. However it is the council's intent to complete the redevelopment in the fastest realistic timescale and has therefore left this contract with a 5 years initial term allowing for a long extension to cover some appointments potentially remaining client side during the build phase. The process describes this appointment as phase 1, this is due to the need for at least one further phases of appointments of consultants. Phase 2 appointments will consist of the team appointed to design and potentially deliver demolition of the two sites.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

22 requirements across 5 categories

Submission (8)
Mandatory (1)
Compliance (6)
Technical (5)
Financial (2)
SUBMISSION REQUIREMENTS8
--Participate in a two-stage restricted procurement process.
--Submit a Stage 1 application for shortlisting, addressing "Conditions of participation and Quality".
--If shortlisted (maximum 5 bidders per lot), submit a Stage 2 Invitation to Tender, addressing "Quality and price".
MANDATORY EXCLUSION GROUNDS1
--(No explicit mandatory exclusion grounds are stated in the provided text.)
ELIGIBILITY REQUIREMENTS6
--Must be capable of providing Architectural, construction, engineering, and inspection services (CPV 71000000).
--Must be able to provide services for at least one of the specified specialisms: Employers Agent / Quantity Surveyor / Project Manager (CDM), Architect (Building safety and Principal designer), Structural and Civil Engineering, or Fire safety engineer.
--Must be able to progress redevelopment designs to RIBA stage 3 (excluding demolition).
TECHNICAL CAPABILITY REQUIREMENTS5
--Demonstrate capability to deliver redevelopment designs to RIBA stage 3 (excluding demolition).
--Demonstrate expertise in the chosen specialism(s): Employers Agent / Quantity Surveyor / Project Manager (CDM), Architect (Building safety and Principal designer), Structural and Civil Engineering, or Fire safety engineer.
--Demonstrate ability to work within a project aiming for the fastest realistic timescale.
FINANCIAL REQUIREMENTS2
--Must submit a price proposal as part of the Stage 2 Invitation to Tender.
--(No explicit financial capacity requirements such as minimum turnover or financial ratios are stated in the provided text.)

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
006866-2026_ocds_record.json

Brighton and Hove City Council is seeking design teams for two multi-block redevelopment sites, covering architectural, engineering, and project management services across eight specialist lots, with a two-stage restricted procurement process and specific limits on lot appointments.

OCDS Release PackageDOC
006866-2026_ocds_release.json

Brighton and Hove City Council seeks design teams for two housing redevelopment sites, offering 8 lots across various specialisms (Employers Agent/QS/PM, Architect, Structural/Civil, Fire Safety Engineer) through a two-stage restricted tender process with a 5-year initial contract term.

Official PDF VersionPDF
006866-2026_official.pdf

This document provides specific details for Lot 1D (Hollingdean Fire Engineer) and Lot 2A (Whitehawk Employers Agent), including estimated values, contract dates, and extension options, serving as general information about these tender components.

Tender NoticeHTM
006866-2026.html

Brighton and Hove City Council is seeking design teams across eight lots for the redevelopment of seven residential blocks on two sites, requiring consultants to progress designs to RIBA stage 3, with limited appointment combinations per supplier.

Documents Preview

Sign up to view document summaries and analysis

56
Fair

Tender Quality Score

This tender is well-structured in its project description and lot breakdown, but suffers from critical omissions regarding evaluation criteria, tender reveal date, and an illogical contract start date, significantly impacting its legal compliance, fairness, and practicality.

Score Breakdown

Legal Compliance55/100

The absence of a tender reveal date and, more critically, the lack of specified evaluation criteria are significant legal compliance issues. While the procedure type and CPV code are appropriate, these omissions undermine transparency and legal soundness.

Missing tender reveal date
No evaluation criteria specified
Clarity70/100

The project description, lot structure, and specialisms are clearly articulated. However, the critical absence of detailed evaluation criteria significantly reduces the overall clarity for potential bidders.

No evaluation criteria specified
Completeness65/100

Most basic information, including title, reference, organization, value, deadline, and duration, is provided. However, the lack of detailed evaluation criteria is a major gap in the tender's completeness.

No evaluation criteria specified
Fairness45/100

The absence of evaluation criteria is a fundamental fairness issue, preventing objective assessment. The missing tender reveal date and lack of e-submission also hinder equal access and preparation time. The complex and restrictive lot combination rules, while intended for risk management, could inadvertently limit competition.

No evaluation criteria specified
Missing tender reveal date
Practicality55/100

The lack of electronic submission (e-submission) is a significant practical drawback. Furthermore, the contract start date being identical to the submission deadline is illogical and practically unfeasible, indicating a procedural flaw.

No e-submission
Illogical contract start date (same as submission deadline)
Data Consistency50/100

The most significant inconsistency is the contract start date being identical to the submission deadline, which is illogical. The 'Liable Person' field is also empty, though this is a minor issue.

Contract start date is identical to submission deadline
Liable Person field is empty
Sustainability35/100

The tender does not explicitly incorporate green procurement, social aspects, or innovation focus, which is a missed opportunity for a project of this scale and nature.

Not green procurement
No social criteria

Strengths

Detailed project description and scope
Clear lot structure and specialisms
Estimated value disclosed
Documents available and summarized
Two-stage restricted procedure clearly outlined

Concerns

Absence of detailed evaluation criteria
Missing tender reveal date
Illogical contract start date (same as submission deadline)
Lack of electronic submission (e-submission)
Absence of explicit sustainability (green, social, innovation) criteria

Recommendations

1. Publish detailed evaluation criteria and their weightings immediately to ensure transparency and fairness.
2. Clarify and correct the contract start date to reflect a realistic timeline for award and commencement.
3. Implement an e-submission platform to enhance accessibility and efficiency for bidders.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline