Tender

Barbican Renewal Programme Infrastructure Works

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-002679

Procurement identifier (OCID): ocds-h6vhtk-040aed

Published 26 January 2024, 10:04am



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

James.Carter@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.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

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