Tender

GSMD Cyclical Works 2025 - 2030 Professional Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2025/S 000-001760

Procurement identifier (OCID): ocds-h6vhtk-04c273

Published 17 January 2025, 3:47pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Contact

Arta Nuhija

Email

Arta.Nuhija@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

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