Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Arta Nuhija
Arta.Nuhija@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://cityoflondon.ukp.app.jaggaer.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://cityoflondon.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://cityoflondon.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://cityoflondon.ukp.app.jaggaer.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GSMD Cyclical Works 2025 - 2030 Professional Services
Reference number
prj_23
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the City) invites Tenders for the provision of a Lead Consultant (Project Management, Cost Consultancy, Architectural, Building Surveyor and Building Control Principal Designer) and Mechanical, Electrical and Plumbing (MEP) Consultants as part of the design team to deliver a programme of combined minor improvements and cyclical works to refurbish the Guildhall School of Music & Drama from 2025 to 2030.
The tender has been divided into two (2) lots. Lot 1 - Lead Consultant and Lot 2 - Mechanical, Electrical and Plumbing Consultants.
Please note that bidders are permitted to bid for and can be awarded both lots.
The duration of the contract is five (5) years.
two.1.5) Estimated total value
Value excluding VAT: £950,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
GSMD Cyclical Works 2025 - 2030 Professional Services - Lead Consultant
Lot No
1
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Lead Consultant will be responsible for ensuring that works are coordinated in such a way, that the school’s overall objectives are given primacy over any individual works item. Services and responsibility across the design team will be in the best interest of the project and there will be joint responsibility on successful delivery.
The Lead consultant is comprised of the following:
- Project Management
- Building Surveying
- Architectural Services. Interior Design, FF&E
- Quantity Surveying / Cost Consultancy
- Principal Designer (Building Control)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
GSMD Cyclical Works 2025 - 2030 Professional Services - Mechanical, Electrical & Plumbing Consultants
Lot No
2
two.2.2) Additional CPV code(s)
- 71321300 - Plumbing consultancy services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Mechanical, Electrical & Plumbing Consultants will be responsible for ensuring that works are coordinated in such a way, that the school’s overall objectives are given primacy over any individual works item. Services and responsibility across the design team will be in the best interest of the project and there will be joint responsibility on successful delivery.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-039189
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
19 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘City of London Corporation Sourcing & Contracts Portal’ (https://cityoflondon.ukp.app.jaggaer.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 2 separate lots. 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.
The estimated annual contract value for each lot is as follows:
Lot 1 - 120000.00GBP
Lot 2 - 70000.00GBP
Each bidder MUST complete the qualification envelope irrespective of which lot(s) they are bidding for. Each bidder MUST also complete the relevant ITT for each lot they are bidding for.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.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
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom