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

Central Criminal Court ARCHITECT SERVICES Including Design Team Leader and Principal Designer

  • First published: 22 July 2021
  • Last modified: 22 July 2021

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:
Published by:
City of London Corporation
Authority ID:
AA20640
Publication date:
22 July 2021
Deadline date:
20 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Central Criminal Court is Grade II* listed. The Architect/ Design Team Leader is required to have expertise in working on historic buildings and will ideally be listed on the AABC Register at category 'A' or the RIBA Conservation Register at Specialist Conservation Architect level.

The Architect will also be acting as a design team leader and engaging other specialist sub-consultancies/ surveys as required [in accordance with paragraph S.1.1. and S.1.2.] as well as ‘Principal Designer Services’ under CDM Regulations 2015 [paragraph S.2.1.] to provide a complete service for the whole of the Project. The Services include both the ‘Core Services’ and the ‘Supplementary Services’.

The design team will include the main consultancies: Architect/ Design Team Leader/ Principal Designer (the Consultant), Quantity Surveyor/ Cost Consultant, Structural Engineer and Mechanical & Electrical Engineer, as well as other specialist sub-consultancies as required and engaged by the design team.

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: Darren.Judge@cityoflondon.gov.uk

NUTS: UKI

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/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Central Criminal Court ARCHITECT SERVICES Including Design Team Leader and Principal Designer

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Central Criminal Court is Grade II* listed. The Architect/ Design Team Leader is required to have expertise in working on historic buildings and will ideally be listed on the AABC Register at category 'A' or the RIBA Conservation Register at Specialist Conservation Architect level.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The Central Criminal Court is Grade II* listed. The Architect/ Design Team Leader is required to have expertise in working on historic buildings and will ideally be listed on the AABC Register at category 'A' or the RIBA Conservation Register at Specialist Conservation Architect level.

The Architect will also be acting as a design team leader and engaging other specialist sub-consultancies/ surveys as required [in accordance with paragraph S.1.1. and S.1.2.] as well as ‘Principal Designer Services’ under CDM Regulations 2015 [paragraph S.2.1.] to provide a complete service for the whole of the Project. The Services include both the ‘Core Services’ and the ‘Supplementary Services’.

The design team will include the main consultancies: Architect/ Design Team Leader/ Principal Designer (the Consultant), Quantity Surveyor/ Cost Consultant, Structural Engineer and Mechanical & Electrical Engineer, as well as other specialist sub-consultancies as required and engaged by the design team.

II.2.5) Award criteria

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

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

Duration in months: 26

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: 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 20/08/2021

Local time: 17:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

21/07/2021

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services

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:
Darren.Judge@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.