Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Contact
Jemma Borland
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
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