Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Hirdial Rai
hirdial.rai@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.cityoflondon.gov.uk/
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
Interior Architecture Services Framework
Reference number
22/01PS
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of Interior Architecture Services for interior and refurbishment type projects, including refurbishment of commercial accommodation to a 'CAT A' standard.
two.1.5) Estimated total value
Value excluding VAT: £26,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The City of London Corporation (the City) invites Tenders for the provision of Interior Architecture Services for interior and refurbishment type projects, including refurbishment of commercial accommodation to a ‘CAT A’. standard. Ten top ranking bidders will be selected resulting from SQ Stage, these will be taken forward to bid for the next stage. The maximum number of consultants selected will be 6.
The City occupies and operates accommodation that exceeds over 800 properties at the following geographical locations:
Square Mile
West End
East London
North London
Epping Forest
Buckinghamshire
Surrey
Heathrow
Thames estuary
That accommodation includes corporate offices, school, housing, police, income generating investment property, market and commercial, theatre and concert hall spaces and other individual property assets associated with City Open Spaces and built environment at locations across wider London region.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £26,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 10
Objective criteria for choosing the limited number of candidates:
As set out in the tender 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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
1 July 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 August 2022
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: 6 (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 invoicing will be accepted
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.
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 at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £6.5m. The envisaged start date is January 2023.
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