Tender

Minor Works Measured Term Contracts

  • City of London Corporation

F02: Contract notice

Notice identifier: 2023/S 000-005939

Procurement identifier (OCID): ocds-h6vhtk-03ad1a

Published 1 March 2023, 9:19am



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

Minor Works Measured Term Contracts

Reference number

prj_COL_21701

two.1.2) Main CPV code

  • 45400000 - Building completion work

two.1.3) Type of contract

Works

two.1.4) Short description

The City of London Corporation (The City) is procuring the appointment of two Contracts to be awarded under separate lots for the provision of Minor Works for building fabric and MEP works respectively. The City invites Bidders to submit an Invitation to Tender (ITT) for the following Lots:

Lot 1 – Minor Works – Building Fabric

Lot 2 – Minor Works – Mechanical, Electrical and Plumbing (MEP)

Whilst bidders are able to bid for one or both lots, the City will not award both lots to the same supplier. The City will award the contract for each lot based upon the most advantageous tender submitted for each lot. In the event that the same bidder achieves the highest overall score for both lots, that bidder will be required to confirm which lot they wish to be awarded. The remaining lot will then be awarded to the second placed bidder for that lot.

The City is looking for a partner that can demonstrate a customer-focused approach to service delivery and sustainability. The Contractor shall understand the broad needs of our clients/stakeholders and their specific and unique service critical needs while helping the City meet its ambitious Climate Action commitments. The successful partner will deliver a positive customer experience from their engineers/operatives or Sub-Contracted staff when meeting the clients face-to-face to the operational managers' interactions with clients and stakeholders.

The City is seeking a Contractor that will engage with local SME's/Sub-Contractors, especially for sites outside the Square Mile, to deliver a 'localised' service and look to bring innovation and imagination to their transport needs across the service streams provided. Constant communication between the parties is required to be maintained to deliver the services satisfactorily.

two.1.5) Estimated total value

Value excluding VAT: £180,000,000

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: 1

two.2) Description

two.2.1) Title

Minor Works Measured Term Contract - Building Fabric

Lot No

1

two.2.2) Additional CPV code(s)

  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Typical Building Fabric Activity - Based on previous experience (without any guarantee as to future demand) much of the building fabric work has consisted of general internal refurbishment and thus trades such as carpentry, plumbing, decorations, floor finishes etc. are commonly used with a limited amount of mechanical & electrical / making good. Excavations, concrete works, below ground drainage & glazing have only been infrequently called upon.

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: £90,000,000

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

Duration in months

108

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 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 x 3-year periods. The maximum length of the contract is therefore 9 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

two.2) Description

two.2.1) Title

Minor Works Measured Term Contract - Mechanical, Electrical and Plumbing (MEP)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Typical MEP Activity - Based on previous experience (without any guarantee as to future demand) much of the MEP work, with a limited amount of fabric / making good, internal fit out and has consisted of:

• Gas fired boiler replacements (domestic and commercial in scale)

• Wet heating system refurbishment/replacement

• Domestic hot and cold-water systems refurbishment/replacement

• Chiller replacement

• VRF/VRV unit/system replacement

• AHU/FCU refurbishment/replacement

• HVAC system controls and other BMS works

• Lighting and small power systems replacement

• External lighting system replacement

• Fire/smoke detection/alarm system replacement

• CCTV system replacement

• Access control/intruder alarm system replacement

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: £112,500,000

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

Duration in months

108

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 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 x 3-year periods. The maximum length of the contract is therefore 9 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.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2023

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

31 March 2023

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 annual contract value is therefore as follows:

Lot 1 Building Fabric 7,500,000GBP

Lot 2 MEP 12,500,000GBP

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