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
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