Tender

Barbican Renewal Project - Multi-Disciplinary Design Team

  • City of London Corporation

F02: Contract notice

Notice identifier: 2021/S 000-022204

Procurement identifier (OCID): ocds-h6vhtk-02de2b

Published 7 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Georgia.Lawrence@cityoflondon.gov.uk

Telephone

+44 2073323060

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

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 - Multi-Disciplinary Design Team

two.1.2) Main CPV code

  • 71220000 - Architectural design services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of Multidisciplinary Design Services.

We require a multi-disciplinary design partner that provides the following disciplines:

o Lead Designer

o Architect

o Civil & Structural Engineer

o Building Services Engineer

o Sustainability Expert

o Heritage Consultant

o Principal Designer

o Secondary Consultants dependant on agreed scope including; Façade engineering & façade access, Accessibility, Security, Landscaping, Wayfinding, Specialist lighting design (façade, public areas), Theatre consultant, Acoustician, Fire and life safety, Vertical transportation and other specialists.

The renewal project will look at every aspect of the Barbican building as we look for a flexible design solution that protects and enhances this extraordinary building for future generations.

The scope of the project will primarily focus on the core Barbican Centre building, though proposals and recommendations are also encouraged for additional areas where opportunities may exist to enhance connectivity and public experience, including the Barbican Exhibition Halls, the entrance to the Guildhall School of Music & Drama and the wider public realm surrounding the Centre.

two.1.5) Estimated total value

Value excluding VAT: £11,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71221000 - Architectural services for buildings

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The City of London Corporation (the City) invites Tenders for the provision of Multidisciplinary Design Services.

We require a multi-disciplinary design partner that provides the following disciplines:

o Lead Designer

o Architect

o Civil & Structural Engineer

o Building Services Engineer

o Sustainability Expert

o Heritage Consultant

o Principal Designer

o Secondary Consultants dependant on agreed scope including; Façade engineering & façade access, Accessibility, Security, Landscaping, Wayfinding, Specialist lighting design (façade, public areas), Theatre consultant, Acoustician, Fire and life safety, Vertical transportation and other specialists.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £11,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

94

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

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

two.2.14) Additional information

The duration of the contract is until December 2029, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year.


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

As stated in procurement documents.

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.2.2) Contract performance conditions

As stated in procurement documents.


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 October 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 November 2021

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.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 £1,500,000.

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