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
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