Tender

Central Criminal Court ARCHITECT SERVICES Including Design Team Leader and Principal Designer

  • City of London Corporation

F02: Contract notice

Notice identifier: 2021/S 000-017290

Procurement identifier (OCID): ocds-h6vhtk-02caf8

Published 21 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

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