Tender

Tower Bridge Fire Suppression Works

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-013798

Procurement identifier (OCID): ocds-h6vhtk-0455e8

Published 29 April 2024, 5:22pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Contact

Jemma Borland

Email

Jemma.Borland@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

Tower Bridge Fire Suppression Works

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

The City of London Corporation are tendering for a Principal Contractor to complete the RIBA stages 2 – 4 during a Pre-Construction Services Agreement for the Tower Bridge Fire Suppression Project. A feasibility study has been completed, which forms the Employer’s Requirements. The Principal Contractor will be responsible for submission of planning / listed building consents for the project; building control applications; and any other necessary applications / licenses to local and statutory authorities.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Tower Bridge Rd, London SE1 2UP

two.2.4) Description of the procurement

• Remove existing sprinkler system at Tower Bridge while installing a new fire sprinkler

system covering: North and South Towers; North and South Abutments; High-level

Walkways; Engine Rooms and Shop.

• Replace gas suppression system to 4 no. Machine Rooms.

• Connect sprinkler and gas suppression systems to the BMS.

• Replace boosted mains and domestic cold-water systems to the South and North

Towers.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 45

Quality criterion - Name: Commercial / Weighting: 40

Quality criterion - Name: Responsible Procurement / Weighting: 15

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,500,000

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

Duration in months

16

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

10 June 2024

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

29 April 2024

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.

The estimated value given is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £5,200,000.

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