Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
James.Carter@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main 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
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