Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 1st Feb 2024
Reference | ocds-h6vhtk-03d6b6 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £7,488,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 1st Feb 2024
Reference | ocds-h6vhtk-03d6b6 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £7,488,000 |
Section I: Contracting authority
I.1) Name and addresses
BANK OF ENGLAND
Threadneedle Street
LONDON
EC2R8AH
Contact
FM Contracts
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