Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Hirdial.Rai@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's 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/web/login/shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com/web/login/shtml
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.capitalesourcing.com/web/login/shtml
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
Crescent House - Window repairs/re-glazing, new roof installation, soffit insulation, re-tiling & re-decoration.
two.1.2) Main CPV code
- 45441000 - Glazing work
two.1.3) Type of contract
Works
two.1.4) Short description
The Housing & Property Services Team are seeking to appoint a contractor to deliver a windows repair and refurbishment project for grade II* listed Crescent House, Golden Lane Estate
The project will require the following, but not exclusive of:
• Specialist window refurbishment work
• Installation of vacuum/ double glazing
• Ventilation
• Roofing
• Heating
• Insulation work relating to the above
To appoint a professionally competent contractor is established to deliver the project, whilst also ensuring that the best Value for Money is achieved through different options of appointment (etc. combining specialisms, driving service delivery through robust specifications).
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39715210 - Central-heating equipment
- 45261420 - Waterproofing work
- 45331210 - Ventilation installation work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Crescent House, London.
two.2.4) Description of the procurement
The Housing & Property Services Team are seeking to appoint a contractor to deliver a windows repair and refurbishment project for grade II* listed Crescent House, Golden Lane Estate
The project will require the following, but not exclusive of:
• Specialist window refurbishment work
• Installation of vacuum/ double glazing
• Ventilation
• Roofing
• Heating
• Insulation work relating to the above
To appoint a professionally competent contractor is established to deliver the project, whilst also ensuring that the best Value for Money is achieved through different options of appointment (etc. combining specialisms, driving service delivery through robust specifications).
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
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 August 2024
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 July 2024
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system 'CapitalESourcing' (WWW,capitalesourcing.com) . In order to participate suppliers will need to register (if not done so already) it is free. This is a Restricted procedure first stage is the SQ stage where bidders are asked to respond to the SQ Technical questions and Qualifications questions (Pass/Fail) suitability questions. A shortlist will be produced from the outcome of the SQ Stage and financial checks will be carried out on the shortlist. where a maximum of 5 - 6 suppliers will be taken forward to the next ITT Stage of the tender process.
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 £2,750,000”
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
Royal Court of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England & Wales
Royal Court 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