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