Tender

Salisbury Sq Development (SSD) Facade Consultancy Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2023/S 000-007209

Procurement identifier (OCID): ocds-h6vhtk-03b238

Published 13 March 2023, 12:01pm



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

Salisbury Sq Development (SSD) Facade Consultancy Services

Reference number

prj_COL_21785

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of Compliance Monitoring Team (CMT) façade consultancy services at the City of London Salisbury Square Development (SSD).

The Salisbury Square Development (SSD) project is currently at Stage 5 and Mace has entered the JCT D&B (2016) contract as the Main Contractor since 27 January 2023. The substructural and concrete frame subcontracts have also been signed with piling works commenced.

The current contract practical completion date is 28 September 2026.

The Compliance Monitoring Team (CMT) is expected to review Contractor’s design documents for compliance against the agreed Employer’s Requirements (ERs) upon which the contract between the Contractor and the Employer is based.

The CMT services shall be provided to the Employer independently and/or without assistance from other design team members who maybe novated to the Contractor.

The CMT is expected to attend site on a regular basis to inspect the relevant works for general compliance with the Contract and the quality of the works.

The Employer, its representatives and other specialist consultants engaged separately by the Employer will also review and comment on compliance of the Contractor’s design information and works undertaken against the ERs, along with the CMT services that are currently included in this requirement.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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

two.2.4) Description of the procurement

The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following:

• Primary CMT- Architectural/Civil & Structural/MEP

• Specialist CMT – Security (incl. blast/ ballistics) consultant

• Specialist CMT – Landscaping architect

• Specialist CMT – Conservation architect for the Listed Building 2-7SC

• Specialist CMT – Waterproofing concrete consultant

Other than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants.

During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor’s detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources.

The specialist CMT- Facade consultant is expected to provide appropriate resources required to cover the relevant period associated with façade works within the overall contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.

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: £200,000

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

Duration in months

60

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 four (4) years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to one (1) years. The maximum length of the contract is therefore five (5) 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.2.14) Additional information

The City has a maximum budget of 200000GBP for the delivery of this contract. Tenders that exceed this threshold may be rejected.


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

12 April 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

12 April 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.

Due to security reasons, access to the full Employers Requirements documents is restricted. In order to obtain full access to these documents bidders will be required to sign a non- disclosure agreement (NDA). A NDA proforma can be found within the tender documents on capitalEsourcing.

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 50,000GBP

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