Tender

GLE Major Works Renewal Programme - Post Contract Professional Services

  • The Mayor and Commonalty and Citizens of the City of London

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-011382

Procurement identifier (OCID): ocds-h6vhtk-060167 (view related notices)

Published 9 February 2026, 1:42pm



Scope

Reference

25_102_PS

Description

Post-contract Multidisciplinary Consultant Services to support the Golden Lane Estate Major Works Renewal Programme. Services include Contract Administration, Employer’s Agent, Quantity Surveying and Clerk of Works across RIBA Stages 4B–7, supporting major refurbishment works to nine listed residential blocks (windows, roofs, fire safety, electrical compliance, ventilation, decorations and fabric repairs) delivered in multiple phases, including Higher-Risk Building Gateway processes. Procurement via Competitive Flexible Procedure; award to Most Advantageous Tender.

Total value (estimated)

  • £1,500,000 excluding VAT
  • £1,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 30 September 2037
  • Possible extension to 31 December 2038
  • 12 years, 6 months

Description of possible extension:

The duration of the contract is 10 years plus defects period, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years in case of delay. The maximum length of the contract is therefore 13 years.

Main procurement category

Services

CPV classifications

  • 71530000 - Construction consultancy services
  • 71324000 - Quantity surveying services

Contract locations

  • UKI - London

Justification for not using lots

A range of lotting approaches were considered, including discipline-based, geographic and phase-based lots. These were discounted due to the safety-critical nature of the works, the occupied estate environment and the need for continuous, coordinated post-contract oversight. A single integrated contract was therefore selected as the most proportionate and effective delivery model.


Participation

Legal and financial capacity conditions of participation

As per tender documents

Technical ability conditions of participation

As per tender documents

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

27 February 2026, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

6 March 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 5 suppliers

Selection criteria:

top 5 scoring bidders

Award decision date (estimated)

25 May 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical/ Quality Quality 45%
Cost Cost 40%
Responsible Procurement Quality 15%

Other information

Payment terms

As per contract documents

Description of risks to contract performance

As per contract documents

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

• Stage 1 – Invitation to Participate (ITP)

• Stage 2 – Invitation to Tender (ITT)

Justification for not publishing a preliminary market engagement notice

The Authority has not undertaken Preliminary Market Engagement prior to publication of this Notice because the requirement arises from a mature and defined programme of works following an extended period of design development, pilot projects, statutory consultation and scope refinement.

The services being procured are limited to clearly defined post-contract professional roles (Contract Administration, Quantity Surveying and Clerk of Works) to operate within an established project team structure, alongside the incumbent pre-contract consultants and Principal Designer. The scope, delivery model and form of contract are therefore not expected to be materially influenced by pre-market discussions.


Contracting authority

The Mayor and Commonalty and Citizens of the City of London

  • Public Procurement Organisation Number: PYQD-1693-MYXR

PO Box 270

City of London

EC2P 2EJ

United Kingdom

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government