Tender

Barbican Renewal - PM and Contract Administration services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-034690

Procurement identifier (OCID): ocds-h6vhtk-04b16b

Published 25 October 2024, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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 - PM and Contract Administration services

Reference number

prj_COL_24371

two.1.2) Main CPV code

  • 71541000 - Construction project management services

two.1.3) Type of contract

Services

two.1.4) Short description

The City invites Bidders to submit a Selection Questionnaire for the provision of Project Management and Contract Administration services to deliver the first major phase of work on Barbican Renewal.

The Barbican Centre is a major international cultural venue at the heart of the City of London. Attracting up to 1.8 million visitors every year, to attend up to 4,000 events, the Grade 2 listed site is a creative powerhouse and unique architectural icon. It plays a crucial role in the cultural life of the Square Mile, and the UK more broadly, generating significant GVA within the London area. The City of London Corporation is the founder and principal funder of the Barbican Centre. Barbican Renewal is a major capital programme that will ensure every part of the Barbican Centre’s iconic site is restored, revitalised and relevant for future generations.

Reflecting the Barbican’s organisational purpose to be a creative catalyst for arts, curiosity and enterprise, this investment programme in the Grade II listed complex will celebrate the Barbican’s vision and design heritage, while responding to the creative opportunities and challenges of the future.

For over 40 years the Barbican has been offering a world-class programme of unique breadth, spanning every possible creative discipline, staged in an iconic estate of globally recognised significance.

Since it opened, however, the buildings comprising the Barbican Centre have deteriorated significantly, and an ambitious and strategic programme of restoration, transformation and reactivation is needed. This work will be delivered as a series of major capital projects addressing each of the Barbican’s unique spaces, delivering a sensitive and sustainable programme of conservation and transformation for one of the UK’s most significant post war buildings.

Barbican Renewal is a programme of capital projects, which will enable the Barbican to realise fully its potential as the greatest cultural centre in the City of London and the UK more broadly. These plans will deliver a site that is truly inclusive, sustainable and operationally resilient. By addressing every aspect of our listed buildings, we will ensure the Barbican is restored, revitalised and relevant for audiences now and in the future.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This contract for Project Management and Contract Administration services, will cover a series of projects that will form the first phase of the Renewal programme, which will be delivered between 2025 and 2030. This first phase of works will comprise significant upgrade, restoration and improvement works to the main Foyers, Lakeside, Conservatory and Sculpture Court, a programme of improvements to the Centre’s central MEP infrastructure systems and delivery of a new wayfinding strategy.

For the infrastructure elements of the programme the Provider (main contractor) has been engaged under a TAC-1 contract. The Project Manager / Contract Administrator will act as Alliance Manager (equivalent to a contract administrator under TAC-1 terminology) on behalf of the client. The PM/ CA shall be appointed under a separate Appointment with the Client rather than as a party to the TAC-1 Contract with the Client and Provider. The legal terms for the Appointment are set out in the procurement documents.

The tenderer must provide the services in accordance with the PM Services Scope and also the full scope of the Alliance Manager's role as set out in the TAC-1 Contract included within the procurement documents.

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: £5,000,000

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

Duration in months

72

This contract is subject to renewal

No

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

Maximum number: 6

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: Yes

Description of options

The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 6 years.

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

As stated in the 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 the procurement documents

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

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

26 November 2024

Local time

12:00pm

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

6 December 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.2) Information about electronic workflows

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 £833,333.

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