Opportunity

Salisbury Square Development (SSD) - Main Works Contractor

  • City of London Corporation

F02: Contract notice

Notice reference: 2021/S 000-012987

Published 9 June 2021, 10:44pm



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 2073321065

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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 Square Development (SSD) - Main Works Contractor

two.1.2) Main CPV code

  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings

two.1.3) Type of contract

Works

two.1.4) Short description

The City invites Bidders to submit a Selection Questionnaire for the provision of The Salisbury Square Development Main Works Contractor.

The City of London Corporation in collaboration with City of London Police (COLP) and HM Courts and Tribunals Services (HMCTS) has identified a need for a new combined court facility and police headquarters in the City of London. The development will also comprise a commercial office building, a public house within a repurposed listed building and extensive public realm improvements.

The “Salisbury Square Development” project will consolidate existing courts in the Square Mile into a new multi-purpose flagship centre, with a focus on fraud, economic crime and cybercrime. Consolidation of COLP’s facilities onto the Fleet Street site will provide a modern, operationally effective, resilient, and sustainable facility to allow the force to effectively fight crime in the future. The development will be situated in close proximity to many important facilities relating to the legal profession including the Royal Courts of Justice, the Old Bailey, the Inns of Court and The Rolls Building legal profession enhancing the City’s reputation and will demonstrate ongoing support for the City’s residents and business communities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45216100 - Construction work for buildings relating to law and order or emergency services
  • 45216110 - Construction work for buildings relating to law and order
  • 45216111 - Police station construction work
  • 45216112 - Court building construction work

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This tender will look to appoint a first-class contractor to carry out the Main Works Contract, including (but not exclusive to) the construction of its foundations, all sub/superstructure works, facades and fit-out, and all other requirements enclosed within this tender.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

46

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

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

two.2.14) Additional information

The on-site duration of the contract will complete between the start of Q4 2025 and the end of Q2 2026, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract.

The total contract value is estimated to be between the range of £300m - £315m for the full duration.


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 within 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 within the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 August 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Due to security reasons, access to the procurement documents is restricted. In order to obtain full access via capital e-sourcing (link to URL within this notice) to the documents electronically bidders will be required to sign a non- disclosure agreement (NDA). Please use the contact details provided at section I.1 of this notice in order to access the NDA electronically.

Bidders are also asked to ensure they register as a supplier on www.capitalesourcing.com.

The on-site duration of the contract will complete between the start of Q4 2025 and the end of Q2 2026, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract. The contract duration stated at section II.2.7 is expected to be the maximum contract period.

The total contract value is estimated to be between the range of £300m - £315m for the full duration.

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