Scope
Reference
prj_161
Description
The City invites Bidders to complete and submit a request to participate in the Procurement for the provision of Barbican Renewal Cost Consultant services.
The contract for Cost Consultant services will cover a series of major capital projects that will form the first phase of the Renewal programme, which will be delivered between 2025 and 2030.
Design for projects in this first phase of work is at RIBA Stage 3. This cost consultant contract will cover RIBA Stage 4-7 of this first phase of Barbican Renewal.
Projects that form this first phase of work include:
- A full restoration and refurbishment of the Barbican Conservatory
- Foyers, Lakeside and Catering Block, including lakeside waterproofing, conservation led fabric upgrades, foyer improvements, catering block shell and core works, accessibility and MEP upgrades
- Major wayfinding improvements across the site
- Refurbishment and fit out of Barbican back of house and support spaces
- A central MEP infrastructure replacement programme
- Ancillary projects to address urgent needs and that respond to wider Barbican Renewal Programme opportunities
Full details can be found in the tender documents.
Total value (estimated)
- £1,250,000 excluding VAT
- £1,500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2025 to 30 September 2030
- 5 years
Main procurement category
Services
CPV classifications
- 71324000 - Quantity surveying services
- 71242000 - Project and design preparation, estimation of costs
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
As set out in the tender documents
Technical ability conditions of participation
As set out in the tender documents
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
30 June 2025, 4:00pm
Submission type
Requests to participate
Deadline for requests to participate
7 July 2025, 12:00pm
Submission address and any special instructions
This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated contract value given at sections 31 and 32 ("Total Value") is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £250,000
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Minimum 6 suppliers
Selection criteria:
Suppliers will be required to meet the conditions of participation set out in the tender documents. These include minimum requirements for financial capacity, insurance, modern slavery and data protection. In addition suppliers will be required to respond to scored questions regarding experience. The highest scoring bidders who meet the conditions of participation will be invited to participate in the next tender stage in accordance with the methodology set out in the tender documents.
Award decision date (estimated)
8 September 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Suppliers will be required to submit respnses to a number of sub-weighted questions relating to cost estimating and reporting, client collaboration,, tendering and procurement and prposed delivery... |
Quality | 55% |
Commercial | Suppliers commercial responses will evaluated against total contract cost and resources. The commercial evaluation methodology is set out in the tender documents. |
Cost | 30% |
Responsible Procurement | Suppliers will be required to submit responses to set out how they will deliver against a chosen option from the City of London Corporation Social Value menu. The Social Value menu is provided with... |
Quality | 15% |
Other information
Payment terms
As set out in the tender documents
Description of risks to contract performance
The requirements are to provide the contracted services to the end of the first phase of works. The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the cost consultant (for example to provide additional goods, services or works).
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This Competitive Flexible Procedure will be conducted in two (2) stages:
• Stage 1 - Invitation to Participate (ITP)
• Stage 2 - Invitation to Tender (ITT)
The Invitation to Participate (ITP) will comprise of Suppliers being asked to meet the conditions of participation and respond to a number of technical questions based on previous contract experience / contract examples. Following assessment of the responses, the City will notify suppliers in writing to confirm the outcome of the assessment and whether or not they have been successfully shortlisted to participate in the ITT stage of this procurement. The assessment will be undertaken in accordance with the methodology set out in the tender documents.
Reduced tendering period
Yes
Pre-selected tenderers - utilities contract or not central government - minimum 10 days
Justification for not publishing a preliminary market engagement notice
The City has not conducted any Preliminary Market Engagement prior to the issuing of the Notice inviting bidders to submit a request to participate in the Procurement.
The City routinely appoints numerous cost consultants for its construction projects and programmes, and considers the specification, form of contract, commercial model and procurement approach to be well defined and consistent with its approach to appointing such services. In addition the supply market for cost consultancy services is believed to be healthy and there is likely to be a good level of market interest in this contract. The Barbican Renewal Programme has also attracted a high level of market interest from suppliers for all contracts to date.
Documents
Documents to be provided after the tender notice
The City will provide addiitonal documents relating to RIBA stage 3 architectural and engineering reports upon receipt of a completed Non Disclosure Agreement (NDA). The NDA must be requested via the messaging facility on the City of London Corporation Sourcing & Contracts Portal, at the address set out at section 126 of this notice.
Contracting authority
The Mayor and Commonalty and Citizens of the City of London
- Public Procurement Organisation Number: PYQD-1693-MYXR
PO Box 270
City of London
EC2P 2EJ
United Kingdom
Contact name: James Carter
Telephone: 020 7606 3030
Email: james.carter@cityoflondon.gov.uk
Website: https://www.cityoflondon.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government