Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Barbican Renewal Programme Infrastructure Works

  • First published: 28 January 2024
  • Last modified: 28 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040aed
Published by:
City of London Corporation
Authority ID:
AA20640
Publication date:
28 January 2024
Deadline date:
08 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City require a suitably experienced MEP contractor to partner with and deliver the building services renewal in accordance with the masterplan. The first phase of the masterplan will address the most urgent works and is expected to include:

I. Concert Hall Auditorium AHU

II. Theatre AHU

III. Art Gallery AHU

For item I to III, below works are included: -

• New AHU

• Enabling strip out works

• Minor ductwork modifications (incl ATT)

• All associated Electrical and controls

IV. Concert Hall Electrical DBs & Wiring

V. Theatre Electrical DBs & Wiring

VI. Art Gallery Electrical DBs & Wiring

For item IV to VI below works are included: -

• Strip out existing wiring and DBs

• Install new DBs and new wiring.

VII. Foyer ceiling lighting and wiring & DBs replacement.

VIII. Drainage and plumbing

IX. Fly Tower works

X. Dual electrical supply for Fire fighters lift (No 26)

Further phases of work will be developed with the contacting partner until the building services infrastructure is fully renewed. The initial contract award will be for the Phase 1 works only. Award of subsequent phases of works will be subject to funding and contractor performance, and there is no guarantee that subsequent phases will be awarded under this contract. The estimated total value of the works is £100m-£150m.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

UK

Telephone: +44 2076063030

E-mail: James.Carter@cityoflondon.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.cityoflondon.gov.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.capitalesourcing.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Barbican Renewal Programme Infrastructure Works

Reference number: prj_COL_22846

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The City of London Corporation (the City) invites Tenders for the provision of building services infrastructure works at the Barbican Arts Centre.

The aim of the Barbican Renewal programme is to renew the Barbican Art Centre building and infrastructure so that it continues to meet the needs of 21st century artists, audiences, and communities.

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.

The Barbican Renewal programme aims to deliver a leading example of sensitive and sustainable conservation and retrofit for one of the UK’s most significant post war buildings, with the aim of:

• Repairing the Barbican building to ensure it can continue to function long into the future, through an urgent programme of replacement and upgrade of key building systems

• Better connecting the Barbican as a place for everyone by re-connecting the Centre to its surroundings. This will involve creating a better sense of welcome, providing more reasons to visit, improving wayfinding and accessibility, and delivering new and improved public spaces

• Bringing underused spaces into new creative use – without adding an extra square metre of development. This includes investing in existing venues and bringing spaces that have laid dormant for years back to life, putting art and creativity at the heart of their future use

• Responding to the climate emergency and put sustainability at the heart of plans, contributing to the City of London’s net zero ambitions and investing in environmental improvements that reduce water usage and increase biodiversity across the site.

II.1.5) Estimated total value

Value excluding VAT: 125 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45210000

45220000

45300000

45400000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Barbican Centre, Silk Street, London, EC2Y 8DS

II.2.4) Description of the procurement

The City require a suitably experienced MEP contractor to partner with and deliver the building services renewal in accordance with the masterplan. The first phase of the masterplan will address the most urgent works and is expected to include:

I. Concert Hall Auditorium AHU

II. Theatre AHU

III. Art Gallery AHU

For item I to III, below works are included: -

• New AHU

• Enabling strip out works

• Minor ductwork modifications (incl ATT)

• All associated Electrical and controls

IV. Concert Hall Electrical DBs & Wiring

V. Theatre Electrical DBs & Wiring

VI. Art Gallery Electrical DBs & Wiring

For item IV to VI below works are included: -

• Strip out existing wiring and DBs

• Install new DBs and new wiring.

VII. Foyer ceiling lighting and wiring & DBs replacement.

VIII. Drainage and plumbing

IX. Fly Tower works

X. Dual electrical supply for Fire fighters lift (No 26)

Further phases of work will be developed with the contacting partner until the building services infrastructure is fully renewed. The initial contract award will be for the Phase 1 works only. Award of subsequent phases of works will be subject to funding and contractor performance, and there is no guarantee that subsequent phases will be awarded under this contract. The estimated total value of the works is £100m-£150m.

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: 125 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The duration of the contract is 10 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 10 years. The maximum length of the contract is therefore 20 years.

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:

As stated in the procurement documents

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.2.2) Contract performance conditions

As stated in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-029919

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

Date: 08/03/2024

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/03/2024

Local time: 12:00

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 contract value for phase 1 works is 17,000,000GBP and this value will be used to assess tenderers financial and economic standing.

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

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

UK

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

26/01/2024

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
James.Carter@cityoflondon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.