Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 3

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045649
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value£500,000
« Previous Page

London

Category Services

Type

No. of Lots 3

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045649
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value£500,000

Section I: Contracting authority

I.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

James.Carter [at] cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

I.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

City of London School for Girls Summer Works 2024-2027 consultancy services

Reference number

prj_COL_23455

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

The City of London Corporation (The City) provides local government services for the 'Square Mile', including housing, refuse collection, education, social services, environmental health and town planning.

The City Surveyors Department is responsible for the management of the City’s operational and investment properties, and for commissioning refurbishment and improvement works to the City’s buildings. The project brief is to deliver a programme of combined Minor Improvements and Cyclical Works to refurbish the City of London School for Girls campus within the Barbican. The brief is concerned with delivery of the final three years of a six-year programme. The commissioned works fall into four main categories: Critical Major M&E Service Replacement Works; Main Block Fabric Replacement & Repair Works; Prep Block Fabric Replacement & Repair Works; Internal Refurbishment Works.

The City wishes to appoint Consultants for the whole project management process to cover three main disciplines:

1. Consultant Project Manager & Quantity Surveyor

2. Building Fabric & Architectural Surveying Consultants

3. Mechanical & Electrical Consultants,

II.1.5) Estimated total value

Value excluding VAT: £500,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

City of London School for Girls Summer Works 2024-2027 Project management and QS services

Lot No

1

II.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

The Consultant Project Manager shall fulfil the Lead Function and have the duty and responsibility of co-ordinating and integrating the work of the other Consultants employed on the project to maintain the Programme on all items of works.

In their role as QS, the Consultant PM will be expected to undertake all commercial management functions in relation to the project, up to final payment administration. Final payment administration will be handled by the City of London.

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: £80,000

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

Duration in months

40

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: Yes

Description of options

The contract duration will be from November 2024 to April 2027 to RIBA 5, with RIBA 6 responsibilities through defects liability to April 2028, respective of the phased completion of works items.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

City of London School for Girls Summer Works 2024-2027 Architectural Surveying & Building Fabric services

Lot No

2

II.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

The role of the Architectural and BF Consultant will include the following duties:

• lead on all meetings, discussions and negotiations with the Planning Authority, in relation to all matters pertaining to planning and Listed Building Consent.

• Production of building fabric related information pertinent to Net Zero assessments.

• lead on managing all approvals with Building Control.

• be responsible for designing and managing all proposed architectural changes, interior design and FF&E, unless otherwise specified. In all cases, the Architectural Consultant is to manage the approval process with the School inter alia workshops, renders, RDS,

• provide Room Data Sheets, for approval by the end user, in order to produce FF&E GA and elevation drawings.

It is foreseeable that Specialist Design Consultants will be required to provide design and professional services associated with certain works items. The Architectural Consultant will be expected to engage these specialist forms via subcontract. For the purpose of the consultant package tender, the allowances will be made in respect of each identified specialist. The Specialist Services identified at tender, include Structural Engineer, Fire Engineer, Classroom FF&E Design and Catering Consultants.

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: £210,000

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

Duration in months

40

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: Yes

Description of options

The contract duration will be from November 2024 to April 2027 to RIBA 5, with RIBA 6 responsibilities through defects liability to April 2028, respective of the phased completion of works items.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

City of London School for Girls Summer Works 2024-2027 Mechanical & Electrical consultancy services

Lot No

3

II.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

The Consulting M&E Engineer, will be responsible for the design of the mechanical and electrical services associated with all works for the programme, from design through to witnessing, commissioning and handover.

The Consultant M&E Engineer will support the architect and other consultants leading design elements throughout the design process.

The Consultant M&E Engineer, will take responsibility for reporting and management of COL Net Zero requirements throughout the contact period.

The Consultant M&E Engineer will provide technical advisory services to the end client across all HVAC, BEMS and electrical services throughout the contract period.

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: £210,000

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

Duration in months

40

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: Yes

Description of options

The contract duration will be from November 2024 to April 2027 to RIBA 5, with RIBA 6 responsibilities through defects liability to April 2028, respective of the phased completion of works items.

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

11 June 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

11 June 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.

This procurement is being undertaken as 3 separate lots. Each bidder MUST complete the qualification envelope irrespective of which lot(s) they are bidding for.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value for each lot is therefore as follows:

Lot 1 - 24000GBP

Lot 2 - 63000GBP

Lot 3 - 63000GBP

Where bidders are submitting tenders for more than one lot, the combined annual value of those lots will be used for the purposes of assessing financial and economic standing.

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