Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Georgia Lawrence
Georgia.Lawrence@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
www.capitalesourcing.com/web/login.shtml
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.capitalesourcing.com/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.capitalesourcing.com/web/login.shtml
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
Barbican Renewal Project - Alliance Manager
two.1.2) Main CPV code
- 71500000 - Construction-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Barbican Renewal Project is a masterplan of major upgrading works over the next 10-20 years at a projected cost of £450m (at today prices). Included within the masterplan is the Barbican Renewal Infrastructure Project which comprises the replacement of MEP Services, at a total estimated cost of £206m.
This project will take place in parallel with the larger Renewal Project over a period c.15 years.
Because of the scale and complexity of the infrastructure works, the City of London Corporation and Barbican Centre have agreed to deliver the project in phases over the next 10 years. The first phase (known as Phase 1) is currently out to tender and comprises of:
• The replacement of the Concert Hall, Theatre and Art Gallery Air Handling Unit, including enabling works, modifications to ductwork, and all associated electrical and controls works.
• The replacement of the Concert Hall, Theatre and Art Gallery distribution boards and wiring.
• The replacement of the Foyer ceiling lighting, distribution boards and wiring.
• Drainage and plumbing
• Fly Tower works.
The Phase 1 works will commence on site in Q1 2025, with an estimated contract duration of approximately 24 months. The value is circa £15m+.
The Scope of the Barbican Renewal Infrastructure project beyond Phase 1 has still to be developed and will form the basis of Phases 2 onwards.
This appointment is for a Project / Alliance Manager and Employers Agent for Phase 1 only. The appointment for Phase 2 onwards will be tendered at a later date once the scope is fully understood and agreed.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The Barbican Centre
two.2.4) Description of the procurement
The City is seeking a Project / Alliance Manager and Employers Agent for the Barbican Renewal Infrastructure Project Phase 1 - RIBA stages 4 to 7 to manage the replacement of MEP Services at the Barbican Centre.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Quality criterion - Name: Responsible Procurement / Weighting: 15
Price - Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Experience of managing at least two MEP infrastructure projects within an occupied building. This is a pass/fail criteria.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 July 2024
Local time
12:00pm
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.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £400,000.
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