Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}