Contract

Salisbury Sq Development (SSD) Facade Consultancy Services

  • City of London Corporation

F03: Contract award notice

Notice identifier: 2023/S 000-016581

Procurement identifier (OCID): ocds-h6vhtk-03b238

Published 12 June 2023, 2:23pm



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 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

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 Sq Development (SSD) Facade Consultancy Services

Reference number

prj_COL_21785

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Compliance Monitoring Team (CMT) façade consultancy services at the City of London Salisbury Square Development (SSD).

The Salisbury Square Development (SSD) project is currently at Stage 5 and Mace has entered the JCT D&B (2016) contract as the Main Contractor since 27 January 2023. The substructural and concrete frame subcontracts have also been signed with piling works commenced.

The current contract practical completion date is 28 September 2026.

The Compliance Monitoring Team (CMT) is expected to review Contractor’s design documents for compliance against the agreed Employer’s Requirements (ERs) upon which the contract between the Contractor and the Employer is based.

The CMT services shall be provided to the Employer independently and/or without assistance from other design team members who maybe novated to the Contractor. The CMT is expected to attend site on a regular basis to inspect the relevant works for general compliance with the Contract and the quality of the works. The Employer, its representatives and other specialist consultants engaged separately by the employer will also review and comment on compliance of the Contractor’s design information and works undertaken against the ERs, along with the CMT services that are currently included in this requirement.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £150,913

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following:

• Primary CMT- Architectural/Civil & Structural/MEP

• Specialist CMT – Security (incl. blast/ ballistics) consultant

• Specialist CMT – Landscaping architect

• Specialist CMT – Conservation architect for the Listed Building 2-7SC

• Specialist CMT – Waterproofing concrete consultant

Other than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants.

During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor’s detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources.

The specialist CMT- Facade consultant is expected to provide appropriate resources

required to cover the relevant period associated with façade works within the overall

contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The duration of the contract is four (4) years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to one (1) years. The maximum length of the contract is therefore five (5) years.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-007209


Section five. Award of contract

Contract No

1

Title

Salisbury Sq Development (SSD) Facade Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 June 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

AECOM Limited

Aldgate Tower, 2 Leman Street

London

E1 8FA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £150,913


Section six. Complementary information

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