Award

Markets Co-Location Programme - Sustainability Consultant

  • The Mayor and Commonalty and Citizens of the City of London

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-017726

Procurement identifier (OCID): ocds-h6vhtk-03db85

Published 21 June 2023, 7:12pm



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

Email

Jemma.Borland@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

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