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 Centre temporary washrooms
Reference number
prj_COL_23592
two.1.2) Main CPV code
- 44211100 - Modular and portable buildings
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of London is currently undertaking a major renewal of the Barbican Centre (BC). Repairs to / replacement of the BC’s drainage forms part of the first phase of this project. During this time, there will be phased closures of the building’s toilet facilities for significant periods of time. This tender is to appoint a contractor to supply and install temporary modular built toilet facilities in the BC’s fountain room (see attached floorplans) for six months to allow for all performances to go ahead as planned and for the building to remain operational.
two.1.5) Estimated total value
Value excluding VAT: £368,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
To provide temporary, modular built toilet facilities for a hire period of six months. The facilities are to be of a high quality, suitable for the listed building. Prior to the install, the contractor is expected to carry out a test to confirm the existing pipework has the capacity to manage with the temporary toilets. The contractor is to propose a methodology for this test. The facility is to consist of:
- 25 gender neutral cubicles
- 15 urinals
- 20 vanity units (sink, mirror, soap dispensers, paper towel dispensers)
- 1 accessible toilet facility
- Pumps and secondary back up pumps in case of failure
- Water buffet tanks (to manage demand during busy periods)
The supplier should allow for in full:
- Removal of existing carpet tiles, supply and installation of non-slip floor for all areas and reinstatement of old carpet tiles upon completion of hire period
- Delivery to site and install including pipework requirements into existing drainage
- De-rig, collection and removal from site
The number of facilities may change subject to outcome of pipework capacity and clients requirements.
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: £368,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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 6 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 6 months. The maximum length of the contract is therefore 12 months.
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
Accelerated procedure
Justification:
The temporary toilets are essential to allow the Barbican Centre to remain open and operational while its ‘superloos’ undergo vital maintenance work. Procurement via an accelerated procedure is essential if The Barbican Centre are to have the facilities on site in time for the scheduled closure period (mid-April). Failure to do so would result in a delay to the Barbican Renewal phase 0 programme which could be detrimental to the buildings and City’s reputation.
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
20 March 2024
Local time
2:00pm
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
20 March 2024
Local time
2:00pm
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 duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore 368,000 GBP
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