Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
jemma.borland@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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