Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 30th Jan 2024
Reference | ocds-h6vhtk-0435ab |
Common Procurement Vocabulary | Construction consultancy services |
Procurement Method | Open procedure |
Value | £200,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 30th Jan 2024
Reference | ocds-h6vhtk-0435ab |
Common Procurement Vocabulary | Construction consultancy services |
Procurement Method | Open procedure |
Value | £200,000 |
Section I: Contracting authority
I.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
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