Construction Tenders

Sun October 20 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 30th Jan 2024

Tender Details
Referenceocds-h6vhtk-0435ab
Common Procurement VocabularyConstruction consultancy services
Procurement MethodOpen procedure
Value£200,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 30th Jan 2024

Tender Details
Referenceocds-h6vhtk-0435ab
Common Procurement VocabularyConstruction consultancy services
Procurement MethodOpen procedure
Value£200,000

Section I: Contracting authority

I.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Georgia.Lawrence [at] cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.cityoflondon.gov.uk/

I.3) Communication

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

https://www.capitalesourcing.com/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com/web/login.shtml

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Eastern Base Project Manager and Contract Administrator

II.1.2) Main CPV code

  • 71530000 - Construction consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of a Project Manager and Contract Administrator role on the Eastern Base Project.

All Individuals working on this project MUST have received their Non-Police Personal Vetting level 3 and Security Clearance or be in the process of obtaining and this is a Pass / Fail requirement.

The Eastern Base project has the ambition of creating an operational 24/7 base for City of London Police in the eastern side of the City. The aim is for this to be a purpose built, modern and future proof building with integrated technology allowing City of London Police to deliver a range of benefits for the long-term safety and security of the City of London.

The project is currently completing RIBA Stage 3, the design team have been appointed to developed RIBA Stage 4 and 5 and deliver under a Traditional / Standard Building Contract.

A contractor has been appointed on a two-stage basis, their duties during RIBA Stage 4 (Pre-Construction Services Agreement) include achieving their NPPV3+SC clearance, assisting with buildability, logistics, programming and package procurement. The contractor is also undertaking minor works to the existing retail units during the PCSA.

The estimated construction value of the Main Works is circa £18m.

II.1.5) Estimated total value

Value excluding VAT: £200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71540000 - Construction management services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

City of London

II.2.4) Description of the procurement

The City of London Corporation (the City) invites Tenders for the provision of a Project Manager and Contract Administrator role on the Eastern Base Project.

All Individuals working on this project MUST have received their Non-Police Personal Vetting level 3 and Security Clearance or be in the process of obtaining and this is a Pass / Fail requirement.

The Eastern Base project has the ambition of creating an operational 24/7 base for City of London Police in the eastern side of the City. The aim is for this to be a purpose built, modern and future proof building with integrated technology allowing City of London Police to deliver a range of benefits for the long-term safety and security of the City of London.

The project is currently completing RIBA Stage 3, the design team have been appointed to developed RIBA Stage 4 and 5 and deliver under a Traditional / Standard Building Contract.

A contractor has been appointed on a two-stage basis, their duties during RIBA Stage 4 (Pre-Construction Services Agreement) include achieving their NPPV3+SC clearance, assisting with buildability, logistics, programming and package procurement. The contractor is also undertaking minor works to the existing retail units during the PCSA.

The estimated construction value of the Main Works is circa £18m.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £200,000

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

End date

31 December 2027

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All members of the proposed delivery team must already hold Non-Police Personal Vetting Level 3 & Security Clearance or be in the process of obtaining and provide evidence of this.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

29 February 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

6 March 2024

Local time

2:00pm

Place

By Procurement via e-tendering portal


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 200,000.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

Country

United Kingdom

VI.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

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom