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

Interior Architecture Services Framework

  • First published: 27 May 2022
  • Last modified: 27 May 2022

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-034080
Published by:
City of London Corporation
Authority ID:
AA20640
Publication date:
27 May 2022
Deadline date:
01 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The City of London Corporation (the City) invites Tenders for the provision of Interior Architecture Services for interior and refurbishment type projects, including refurbishment of commercial accommodation to a ‘CAT A’. standard. Ten top ranking bidders will be selected resulting from SQ Stage, these will be taken forward to bid for the next stage. The maximum number of consultants selected will be 6.

The City occupies and operates accommodation that exceeds over 800 properties at the following geographical locations:

Square Mile

West End

East London

North London

Epping Forest

Buckinghamshire

Surrey

Heathrow

Thames estuary

That accommodation includes corporate offices, school, housing, police, income generating investment property, market and commercial, theatre and concert hall spaces and other individual property assets associated with City Open Spaces and built environment at locations across wider London region.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

UK

Contact person: Hirdial Rai

Telephone: +44 2076063030

E-mail: hirdial.rai@cityoflondon.gov.uk

NUTS: UK

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:

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

Interior Architecture Services Framework

Reference number: 22/01PS

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The provision of Interior Architecture Services for interior and refurbishment type projects, including refurbishment of commercial accommodation to a 'CAT A' standard.

II.1.5) Estimated total value

Value excluding VAT: 26 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The City of London Corporation (the City) invites Tenders for the provision of Interior Architecture Services for interior and refurbishment type projects, including refurbishment of commercial accommodation to a ‘CAT A’. standard. Ten top ranking bidders will be selected resulting from SQ Stage, these will be taken forward to bid for the next stage. The maximum number of consultants selected will be 6.

The City occupies and operates accommodation that exceeds over 800 properties at the following geographical locations:

Square Mile

West End

East London

North London

Epping Forest

Buckinghamshire

Surrey

Heathrow

Thames estuary

That accommodation includes corporate offices, school, housing, police, income generating investment property, market and commercial, theatre and concert hall spaces and other individual property assets associated with City Open Spaces and built environment at locations across wider London region.

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: 26 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

As set out in the tender documents

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.1.2) 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

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: 01/07/2022

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/08/2022

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)

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

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.

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 £6.5m. The envisaged start date is January 2023.

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

26/05/2022

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection 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:
hirdial.rai@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.