Award

Salisbury Sq Development (SSD) Facade Consultancy Services

CITY OF LONDON CORPORATION

This public procurement record has 2 releases in its history.

Award

12 Jun 2023 at 13:23

Tender

13 Mar 2023 at 12:01

Summary of the contracting process

The City of London Corporation is undertaking a tender process for the provision of Compliance Monitoring Team (CMT) façade consultancy services for the Salisbury Square Development project. The project is at Stage 5 with a contract completion date of 28 September 2026. The main contractor is Mace, and the current contract is valued at £150,913. The services required include monitoring design compliance and inspecting works. The contract duration is 4 years with a possible extension to 5 years.

This tender opportunity focuses on the construction consultancy services industry category and is located in London, United Kingdom. Businesses providing façade consultancy services and compliance monitoring are well-suited to compete. The tender is at the award stage and offers a contract value of £150,913. Interested parties should engage with the City of London Corporation for further details and to explore potential business growth opportunities in the consultancy services sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Salisbury Sq Development (SSD) Facade Consultancy Services

Notice Description

The provision of Compliance Monitoring Team (CMT) facade consultancy services at the City of London Salisbury Square Development (SSD). The Salisbury Square Development (SSD) project is currently at Stage 5 and Mace has entered the JCT D&B (2016) contract as the Main Contractor since 27 January 2023. The substructural and concrete frame subcontracts have also been signed with piling works commenced. The current contract practical completion date is 28 September 2026. The Compliance Monitoring Team (CMT) is expected to review Contractor's design documents for compliance against the agreed Employer's Requirements (ERs) upon which the contract between the Contractor and the Employer is based. The CMT services shall be provided to the Employer independently and/or without assistance from other design team members who maybe novated to the Contractor. The CMT is expected to attend site on a regular basis to inspect the relevant works for general compliance with the Contract and the quality of the works. The Employer, its representatives and other specialist consultants engaged separately by the employer will also review and comment on compliance of the Contractor's design information and works undertaken against the ERs, along with the CMT services that are currently included in this requirement.

Lot Information

Lot 1

The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following: * Primary CMT- Architectural/Civil & Structural/MEP * Specialist CMT - Security (incl. blast/ ballistics) consultant * Specialist CMT - Landscaping architect * Specialist CMT - Conservation architect for the Listed Building 2-7SC * Specialist CMT - Waterproofing concrete consultant Other than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants. During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor's detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources. The specialist CMT- Facade consultant is expected to provide appropriate resources required to cover the relevant period associated with facade works within the overall contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.

Options: The duration of the contract is four (4) years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to one (1) years. The maximum length of the contract is therefore five (5) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b238
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016581-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71530000 - Construction consultancy services

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£150,913 £100K-£500K

Notice Dates

Publication Date
12 Jun 20232 years ago
Submission Deadline
12 Apr 2023Expired
Future Notice Date
Not specified
Award Date
11 Jun 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Not specified
Contact Email
james.carter@cityoflondon.gov.uk
Contact Phone
+44 2076063030

Buyer Location

Locality
LONDON
Postcode
EC2P 2EJ
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

Supplier Information

Number of Suppliers
1
Supplier Name

AECOM

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03b238-2023-06-12T14:23:07+01:00",
    "date": "2023-06-12T14:23:07+01:00",
    "ocid": "ocds-h6vhtk-03b238",
    "description": "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. Due to security reasons, access to the full Employers Requirements documents is restricted. In order to obtain full access to these documents bidders will be required to sign a non- disclosure agreement (NDA). A NDA proforma can be found within the tender documents on capitalEsourcing. 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 50,000GBP",
    "initiationType": "tender",
    "tender": {
        "id": "prj_COL_21785",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Salisbury Sq Development (SSD) Facade Consultancy Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71530000",
            "description": "Construction consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The provision of Compliance Monitoring Team (CMT) facade consultancy services at the City of London Salisbury Square Development (SSD). The Salisbury Square Development (SSD) project is currently at Stage 5 and Mace has entered the JCT D&B (2016) contract as the Main Contractor since 27 January 2023. The substructural and concrete frame subcontracts have also been signed with piling works commenced. The current contract practical completion date is 28 September 2026. The Compliance Monitoring Team (CMT) is expected to review Contractor's design documents for compliance against the agreed Employer's Requirements (ERs) upon which the contract between the Contractor and the Employer is based. The CMT services shall be provided to the Employer independently and/or without assistance from other design team members who maybe novated to the Contractor. The CMT is expected to attend site on a regular basis to inspect the relevant works for general compliance with the Contract and the quality of the works. The Employer, its representatives and other specialist consultants engaged separately by the employer will also review and comment on compliance of the Contractor's design information and works undertaken against the ERs, along with the CMT services that are currently included in this requirement.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Employer has separately appointed other CMT members which are considered as part of the project wider CMT function including the following: * Primary CMT- Architectural/Civil & Structural/MEP * Specialist CMT - Security (incl. blast/ ballistics) consultant * Specialist CMT - Landscaping architect * Specialist CMT - Conservation architect for the Listed Building 2-7SC * Specialist CMT - Waterproofing concrete consultant Other than leading on technical coordination and interfaces that would be necessarily required between the relevant specialist CMT consultants and the primary CMT when performing the CMT duties, the specialist CMT - Facade consultant have neither contractual nor financial responsibilities for other CMT consultants. During Stage 5 the CMT would normally be expected to review the key documents only of the Contractor's detailed design identified by each discipline (e.g. by a percentage of all design documents submitted by the Contractor no more than 25% generally based on best practice). It is up to the CMT disciplines to work out their own proposal and provide appropriate resources. The specialist CMT- Facade consultant is expected to provide appropriate resources required to cover the relevant period associated with facade works within the overall contract programme (May 2023 - September 2026) plus 12 months of soft landings period post practical completion.",
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The duration of the contract is four (4) years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to one (1) years. The maximum length of the contract is therefore five (5) years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.capitalesourcing.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As stated in the procurement documents",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-04-12T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-04-12T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-04-12T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-135",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2076063030",
                "email": "James.Carter@cityoflondon.gov.uk",
                "url": "http://www.capitalesourcing.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3937",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC1A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-29486",
            "name": "AECOM Limited",
            "identifier": {
                "legalName": "AECOM Limited"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Leman Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E1 8FA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-135",
        "name": "City of London Corporation"
    },
    "language": "en",
    "awards": [
        {
            "id": "016581-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Salisbury Sq Development (SSD) Facade Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-29486",
                    "name": "AECOM Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016581-2023-1-1",
            "awardID": "016581-2023-1-1",
            "title": "Salisbury Sq Development (SSD) Facade Consultancy Services",
            "status": "active",
            "value": {
                "amount": 150913,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-12T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}