Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
James.Carter@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
Barbican Renewal Programme Infrastructure Works
Reference number
prj_COL_22846
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The City of London Corporation (the City) invites Tenders for the provision of building services infrastructure works at the Barbican Arts Centre.
The aim of the Barbican Renewal programme is to renew the Barbican Art Centre building and infrastructure so that it continues to meet the needs of 21st century artists, audiences, and communities.
Reflecting the Barbican’s organisational purpose to be a creative catalyst for arts, curiosity and enterprise, this investment programme in the Grade II listed complex will celebrate the Barbican’s vision and design heritage, while responding to the creative opportunities and challenges of the future.
The Barbican Renewal programme aims to deliver a leading example of sensitive and sustainable conservation and retrofit for one of the UK’s most significant post war buildings, with the aim of:
• Repairing the Barbican building to ensure it can continue to function long into the future, through an urgent programme of replacement and upgrade of key building systems
• Better connecting the Barbican as a place for everyone by re-connecting the Centre to its surroundings. This will involve creating a better sense of welcome, providing more reasons to visit, improving wayfinding and accessibility, and delivering new and improved public spaces
• Bringing underused spaces into new creative use – without adding an extra square metre of development. This includes investing in existing venues and bringing spaces that have laid dormant for years back to life, putting art and creativity at the heart of their future use
• Responding to the climate emergency and put sustainability at the heart of plans, contributing to the City of London’s net zero ambitions and investing in environmental improvements that reduce water usage and increase biodiversity across the site.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45220000 - Engineering works and construction works
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Barbican Centre, Silk Street, London, EC2Y 8DS
two.2.4) Description of the procurement
The City require a suitably experienced MEP contractor to partner with and deliver the building services renewal in accordance with the masterplan. The first phase of the masterplan will address the most urgent works and is expected to include:
I. Concert Hall Auditorium AHU
II. Theatre AHU
III. Art Gallery AHU
For item I to III, below works are included: -
• New AHU
• Enabling strip out works
• Minor ductwork modifications (incl ATT)
• All associated Electrical and controls
IV. Concert Hall Electrical DBs & Wiring
V. Theatre Electrical DBs & Wiring
VI. Art Gallery Electrical DBs & Wiring
For item IV to VI below works are included: -
• Strip out existing wiring and DBs
• Install new DBs and new wiring.
VII. Foyer ceiling lighting and wiring & DBs replacement.
VIII. Drainage and plumbing
IX. Fly Tower works
X. Dual electrical supply for Fire fighters lift (No 26)
Further phases of work will be developed with the contacting partner until the building services infrastructure is fully renewed. The initial contract award will be for the Phase 1 works only. Award of subsequent phases of works will be subject to funding and contractor performance, and there is no guarantee that subsequent phases will be awarded under this contract. The estimated total value of the works is £100m-£150m.
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: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: Yes
Description of options
The duration of the contract is 10 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 10 years. The maximum length of the contract is therefore 20 years.
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: 2023/S 000-029919
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2024
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2024
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 ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated contract value for phase 1 works is 17,000,000GBP and this value will be used to assess tenderers financial and economic standing.
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