Section one: Contracting authority/entity
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
PO Box 270 Guildhall
London
EC2P 2EJ
Jemma.Borland@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
Markets Co-Location Programme - Sustainability Consultant
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Appoint a consultant to undertake the sustainability and BREEAM services for the Markets Consolidation Programme.
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: £184,770
two.2) Description
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
General description of works for which services are required:
- The City of London Corporation proposes to relocate two wholesale markets to bring together the existing operations at Smithfield (meat and
poultry), and Billingsgate (fish) market, collectively referred to as the CityMarkets, to a single site.
- There is also the possibility that a third market may relocate to the site, this being Spitalfields Market or alternatively an area of the site will be sold, the Fire Design should therefore consider the proximity of the potential development adjacent to the new markets.
- An outline planning application has been approved based on maximum and minimum parameters supported by an illustrative proposal. A preferred option (Option 10) has been developed to concept design stage for circa 540,000 sqft occupying the southern part of the site.
- This scope aims to clarify all aspects of work required. These packages will be instructed at each key gateway.
- The four packages of works required are as follows:
- RIBA Stage 1 Design, Report and potential amendments to Outline Planning Permission.
- RIBA Stage 2 Design & Report
- RIBA Stage 3-6 Client Monitoring Team. Monitoring the sustainability and BREEAM aspects of the construction project.
- The Market will be formed by a series of steel columns and beams, with cladding externally, and openings formed to allow access and fenestration.
- Areas will be formed on a mezzanine structure providing office space to CAT A standard, for the use of the Tenants, Market Operators and potentially the Landlord. It will be a flexible open plan space with an area allocated for the installation of a platform lift if the need is identified, and stair access.
- The main market hall floorplates will be subdivided to form the central plant and equipment tenants demises/trading spaces, service corridors, buyers walkways, toilets, showering areas, locker rooms, spaces suitable for food offers, multi-faith room, and rest areas.
- Externally a vehicle maintenance unit, multistorey car park and waste recycling centre is planned.
General Matters – Sustainability & BREEAM Consultant appointment:
Design a sustainable facility, achieving the highest level of sustainability practicable
and advise on how to measure the design (BREEAM Excellent) – embracing modern design technology coupled with class-leading sustainable operating practices e.g. power generation/energy recovery systems.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Commercial / Weighting: 40
Cost criterion - Name: Responsible Procurement / Weighting: 15%
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
A competition was advertised on contracts finder for this contract. Pre-tender estimates were at highest £140,000. We did not anticipate that the most economically advantageous bid would be above the FTS threshold. Other bids submitted were below the FTS threshold. A notice was not published on Find a Tender because of this reason and the competition was not advertised for 30 days.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Contract No
1
Title
Markets Co-Location Programme - Sustainability Consultant
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
19 June 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
AECOM
AECOM House, 63-77 Victoria Street, St Albans,
Hertfordshire
AL1 3ER
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £184,770
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The contract will expire September 2027.
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