Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Darren.Judge@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
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
https://www.capitalesourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Central Criminal Court ARCHITECT SERVICES Including Design Team Leader and Principal Designer
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Central Criminal Court is Grade II* listed. The Architect/ Design Team Leader is required to have expertise in working on historic buildings and will ideally be listed on the AABC Register at category 'A' or the RIBA Conservation Register at Specialist Conservation Architect level.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Central Criminal Court is Grade II* listed. The Architect/ Design Team Leader is required to have expertise in working on historic buildings and will ideally be listed on the AABC Register at category 'A' or the RIBA Conservation Register at Specialist Conservation Architect level.
The Architect will also be acting as a design team leader and engaging other specialist sub-consultancies/ surveys as required [in accordance with paragraph S.1.1. and S.1.2.] as well as ‘Principal Designer Services’ under CDM Regulations 2015 [paragraph S.2.1.] to provide a complete service for the whole of the Project. The Services include both the ‘Core Services’ and the ‘Supplementary Services’.
The design team will include the main consultancies: Architect/ Design Team Leader/ Principal Designer (the Consultant), Quantity Surveyor/ Cost Consultant, Structural Engineer and Mechanical & Electrical Engineer, as well as other specialist sub-consultancies as required and engaged by the design team.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
26
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 August 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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