Tender

Finsbury Gardens - Pavilion & Landscaping Works

  • City of London Corporation

F02: Contract notice

Notice identifier: 2022/S 000-034907

Procurement identifier (OCID): ocds-h6vhtk-038c2e

Published 9 December 2022, 11:35am



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Contact

Jemma Borland

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

Finsbury Gardens - Pavilion & Landscaping Works

Reference number

itt_COL_16573

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of Finsbury Circus Gardens & Pavilion works. These works involve the construction of a reinforced concrete vaulted pavilion and timber framed parks office including fitting out. External works includes the parks yard and surrounding hard and soft landscaping works.

The City is seeking tenders for this project for the following options:

Option A (principal option):

Tenderers are to submit a tender that complies with intended design in accordance with the planning submission of a high specification single storey pavilion building and associated hard and soft landscaping with ancillary furniture and play equipment as well as works outside the site boundary.

Option B:

Tenderers are to provide an alternate rates as part of the submission which adheres to tender option A; however, the tender should adopt the specified Value Engineered solutions for specific elements of the project which include the reduction in green roof specification and simplification of columns and vaults to the pavilion as well a reduced planting and hard landscaping.

Option C:

Tenderers are to provide a third priced option which includes the omission of the pavilion building and focuses on landscaping only as per the intended scheme. For the footprint of the pavilion building a scope has been provided for what should be installed in lieu of the pavilion. This includes but is not limited to; subterranean structural elements to install lightweight temporary structures, inclusive of drainage and MEP connection points and new soft landscaping proposals and variations to the Yorkstone and paving pathways within this area of the gardens.

The anticipated duration of the contract is 52 weeks. Tenderers are invited to submit a programme, as part of the Technical Envelope, which will also be assessed as part of the overall evaluation of the tender.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45112700 - Landscaping work

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
Main site or place of performance

Finsbury Circus, London EC2M 7DT

two.2.4) Description of the procurement

The project comprises Finsbury Circus Gardens & Pavilion works involves the construction of a reinforced concrete vaulted pavilion and timber framed parks office including fitting out.

External works includes the parks yard and surrounding hard and soft landscaping works and is being procured under the JCT ICD 2016 through a single stage traditional procurement process

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Quality criterion - Name: Commercial / Weighting: 35

Quality criterion - Name: Responsible Procurement / Weighting: 15

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £6,500,000

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

Duration in months

12

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: Yes

Description of options

Bidders are requested to submit responses, including separate commercial responses and Forms of Tender, for any or all of the options set out at II.1.4. The progression of the project and selection of the option for award of contract is subject to funding. As such the City reserves the right to select any of the options for award. Each option will be evaluated in isolation in accordance with the evaluation methodology set out in this document and the City will award the contract based upon the most economically advantageous tender for whichever is option is chosen.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

16 January 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

16 January 2023

Local time

12:00pm


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 Option A the full duration of the contract including the maximum possible extensions. Estimated contract values for each option are:

Option A: 6,500,000GBP

Option B: 5,800,000GBP

Option C: 4,100,000GBP

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