Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 28th Mar 2024
Reference | ocds-h6vhtk-044e99 |
Common Procurement Vocabulary | Construction consultancy services |
Procurement Method | Open procedure |
Value | £210,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 28th Mar 2024
Reference | ocds-h6vhtk-044e99 |
Common Procurement Vocabulary | Construction consultancy services |
Procurement Method | Open procedure |
Value | £210,000 |
Section I: Contracting authority
I.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Jemma Borland
Jemma.Borland [at] cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main 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
Tenders or requests to participate must be submitted to the above-mentioned address
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
Guildhall Yard East - MEP
II.1.2) Main CPV code
- 71530000 - Construction consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The City of London Corporation is the governing body of the City of London, the historic centre of London and home to much of the UK's financial sector - the "Square Mile". The Corporation is probably the world's oldest continuously elected democracy and predates Parliament.
The City, in collaboration with City of London Police (COLP) are undertaking a programme to modernise the police estate through a combination of new buildings and refurbishment of existing premises. CoLP currently occupy 4 floors of an existing City of London office building. A feasibility study was undertaken to determine the potential for accommodating a number of different police functions at that building and as a result it was determined that a full reconfiguration of the internal layout would likely be required in order to accommodate the requirements. Several design packages have already been progressed to RIBA 2, however elements of this design are incomplete and there is requirement for the appointed design team to review the existing information / design and provide appropriate advice / expertise as to what extent the current packages are progressed further to provide a complete RIBA 2 design before commencing the RIBA 3 (Detailed Design) stage.
All Individuals working on this project are required to have received their Non-Police Personal Vetting level 3 and Security Clearance or be in the process of obtaining the vetting from Warwickshire Police
II.1.5) Estimated total value
Value excluding VAT: £210,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71500000 - Construction-related services
- 71530000 - Construction consultancy services
II.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Guildhall Yard East
London EC2V 5AE
II.2.4) Description of the procurement
General Matters – Mechanical & Electrical Engineers Appointment
Support the lead designer (Architect) through RIBA Stages 1-4 and then acting as the client monitoring agent post RIBA stage 4 to completion.
• It is anticipated that the Works will be procured on a Single Stage Design & Build, on RIBA Stage 4 Design Information.
• Advise on any fees for any additional deliverables/ requirements not included in your proposal.
• Your fee proposal will be evaluated with a 40% Commercial weighting, 45% Technical weighting and 15% Responsible Procurement.
• Please provide a resource schedule as part of your return.
• Provision of Resource Schedules and CVs with proposal.
• Provision of Hourly Rates.
The project programme is 131 weeks starting from April 2023 and ending in October 2026.
N.B. Please include a fee provision for continued support relating to the duration of the 12-month defects period.
The estimated construction value is 17.5 million.
The City will employ an Architect, Cost Consultant and Structural Engineer directly to aid the progression to RIBA stage 4.
N.B. - BSRIA Blue Book Regulations and Standards must be incorporated in the design process.
N.B. - A copy of the City’s standard contract (D1) has been included. The contract has a hyperlink which will direct suppliers to the City’s standard terms and conditions. Please have a look at these as any clarifications need to be made before submission of a bid.
Please include in your submission, initial advice on what extra specialist support this project might need. Please indicate if you have access to such services and if you have used them before.
Please note the City’s internal Gateway process appendix A; At each stage in the project where an issue or design proposal must be approved by Committee, instruction to progress the project will not be possible until Committee approval is granted. This means that there could be a pause of up to four to eight weeks before a further instruction to progress the project can be issued. This should be considered into the fee proposal, programme and claims for further fees will not be entertained for any down time/ pause on progress or instruction relating to the Gateway governance process.
Appendix 1 – Tender Questions & Format
Appendix 2 – Programme.
The City is committed to all of its operational assets being net zero carbon emissions from its own operations by 2027 as such the proposals should be highly energy efficient with all remaining energy from on site or off-site renewable sources.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Commercial / Weighting: 40
Quality criterion - Name: Responsible Procurement / Weighting: 15
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £210,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
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: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
29 April 2024
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
28 March 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom