Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Jemma Borland
Jemma.Borland@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 Fire Safety - M&E Consultant
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) is seeking an M+E Consultant for RIBA stages 3 to 7 for the Barbican Arts Centre Fire Safety Project. The M+E Consultant will assist in developing a strategy, schedule of works, anticipated construction cost, monitoring the works and handover and sign off for the project. The following is to be provided:
• Leading the team on the design of systems etc, up to the end of RIBA Stage 3, to deliver the scope required to comply with the Current Building Standards, wherever possible.
• Lead the team in providing the scope of works and tender documents.
• Review tender submissions.
• Provide technical input during the construction phase.
• Review and comment on contractor’s proposals during the construction phase.
• Input into the handover phase including checking all required documentation is submitted and is correct.
• Ensure all statutory compliance is met throughout the development and execution of the project.
• At the end of each RIBA stage assist the City in seeking approval from stakeholders.
• The construction budget for this project is estimated at £11m.
• This is a fixed fee appointment and is to include all expenses.
• The works may be phased to deliver the requirements in order of priority.
• Works are currently being carried out to improve the level of security at the Centre and this project will need to take account of and interface with these.
• It is not the intention that the M+E Consultant is novated to the Contractor. The M+E consultant may enter into an agreement with the Contractor to complete the design and assist in the delivery of the works. If the Consultant enters into this agreement, they must provide evidence that proper controls are put in place (a Chinese Wall) to prevent any conflicts of interest arising and evidence must be provided of this.
• The M+E Consultant will act as the Lead Designer
• Account needs to be taken of the interface with other parts of the Barbican Estate and particularly the cinemas and exhibition halls.
• Familiarisation with the Barbican’s Listed Building Management document.
two.1.5) Estimated total value
Value excluding VAT: £225,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
The Barbican Centre
Silk Street
London
EC2Y 8DS
two.2.4) Description of the procurement
A project is being put in place to upgrade the fire safety of the building and comply with current standards wherever feasible.
This majority of the scope and value of this project concerns improvement to the fire safety of the Barbican, including to comply with current standards wherever feasible.
The City is seeking an M+E Consultant for RIBA stages 3 to 7 for the Barbican Arts Centre Fire Safety Project. The M+E Consultant will assist in developing a strategy, schedule of works, anticipated construction cost, monitoring the works and handover and sign off for the project. These services are being tendered as an Open FTS ITT.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Quality criterion - Name: Commercial / Weighting: 35
Quality criterion - Name: Responsible Procurement / Weighting: 15
Price - Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £225,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
27
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: No
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
18 April 2023
Local time
5:00pm
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
23 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.
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