Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 1st Feb 2024

Tender Details
Referenceocds-h6vhtk-03d6b6
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,488,000
More Tenders »

London

Category Works

Type

No. of Lots 1

Status Active

Published 1st Feb 2024

Tender Details
Referenceocds-h6vhtk-03d6b6
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,488,000

Section I: Contracting authority

I.1) Name and addresses

BANK OF ENGLAND

Threadneedle Street

LONDON

EC2R8AH

Contact

FM Contracts

Email

fm.contracts [at] bankofengland.co.uk

Telephone

+44 2034611210

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.bankofengland.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com/Account/Registration/Register

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Registration/Register

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Economic and financial affairs


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Building Ventilation Replacement Project

Reference number

PRJ/1000212

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

This project will replace the primary and secondary air handling units and will require navigating the complexity of a historic building with potential asbestos risks. This will include all associated plant and equipment within the confines of the air handling unit plant rooms such as, chilled water pipework, low temperature hot water pipework, building management main control panels and field devices, plant room ductwork distribution systems, ductwork ancillaries such as attenuators, fire dampers, volume control dampers, and all associated building work.

II.1.5) Estimated total value

Value excluding VAT: £7,488,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 42500000 - Cooling and ventilation equipment

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

The existing ventilation system in our listed Threadneedle Street building comprises of two primary main supply air handling units and twelve secondary air handling units, which ventilate the occupied office areas via a series of services tunnels and shafts. This plant and equipment was installed in 1987 and has now reached the end of its economic lifecycle and requires replacement.

This project will replace the primary and secondary air handling units and will require navigating the complexity of a historic building with potential asbestos risks. This will include all associated plant and equipment within the confines of the air handling unit plant rooms such as, chilled water pipework, low temperature hot water pipework, building management main control panels and field devices, plant room ductwork distribution systems, ductwork ancillaries such as attenuators, fire dampers, volume control dampers, and all associated building work.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £7,488,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-017076

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

15 March 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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

18 March 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom