Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London, Guildhall, PO Box 270
London
EC2P 2EJ
UK
Telephone: +44 2076063030
E-mail: Max.Hook@cityoflondon.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://www.cityoflondon.gov.uk
Address of the buyer profile: https://www.capitalesourcing.com
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
Barbican and Guildhall School of Music and Drama Radio Communications System
Reference number: prj_COL_24148
II.1.2) Main CPV code
32344280
II.1.3) Type of contract
Supplies
II.1.4) Short description
The City of London Corporation ( the "City") is looking to tender for the provision of the Barbican and Guildhall School of Music and Drama Radio Communications System.
II.1.5) Estimated total value
Value excluding VAT:
474 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32000000
32230000
32344200
32344210
32412000
32418000
50333000
51311000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The City is looking to tender for the provision of a replacement of the current out of date analogue radio communications systems at both the Barbican Arts Centre and Guildhall School of Music and Drama with a new digital system, which will provide greater bandwidth and more reliability across both facilities.
The duration of the contract will be for 36 months.
II.2.5) Award criteria
Criteria below:
Quality criterion: Responsible Procurement
/ Weighting: 15
Quality criterion: Technical
/ Weighting: 40
Quality criterion: Commercial
/ Weighting: 45
Quality criterion: Technical
/ Weighting: Pass/Fail
Quality criterion: Qualification
/ Weighting: Pass/Fail
Price
/ Weighting:
45
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/08/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/08/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note that this procurement process is being undertaken using the electronic tendering system ‘CapitaleSourcing’ (url: www.capitalesourcing.com).
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The estimated total value of the contract is stated in section II.1.5) of this notice and is exclusive of VAT and for the entire duration, including all potential future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_24148 or itt_COL_18487.
Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
UK
VI.5) Date of dispatch of this notice
05/07/2024