Opportunity

Interior Architecture Services Framework

  • City of London Corporation

F02: Contract notice

Notice reference: 2022/S 000-014810

Published 26 May 2022, 5:02pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Contact

Hirdial Rai

Email

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

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

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