Award

Markets Co-Location Programme - Sustainability Consultant

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Award

21 Jun 2023 at 18:12

Summary of the contracting process

The Markets Co-Location Programme - Sustainability Consultant contract, awarded by The Mayor and Commonalty and Citizens of the City of London, involves appointing a consultant for sustainability and BREEAM services in relocating wholesale markets to a single site. The procurement stage was "Award", and the contract value is £184,770. The buying organisation is based in London, United Kingdom, with the deadline for signing the contract being June 19, 2023.

This tender provides business growth opportunities for consultancy firms specialising in construction consultancy services. The procurement method used was the Award procedure without prior publication, with AECOM being the current supplier. Businesses with expertise in sustainable design and construction monitoring are well-suited to compete for this contract awarded for the Markets Consolidation Programme in London, UK.

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

Markets Co-Location Programme - Sustainability Consultant

Notice Description

Appoint a consultant to undertake the sustainability and BREEAM services for the Markets Consolidation Programme.

Lot Information

Lot 1

General description of works for which services are required: - The City of London Corporation proposes to relocate two wholesale markets to bring together the existing operations at Smithfield (meat and poultry), and Billingsgate (fish) market, collectively referred to as the CityMarkets, to a single site. - There is also the possibility that a third market may relocate to the site, this being Spitalfields Market or alternatively an area of the site will be sold, the Fire Design should therefore consider the proximity of the potential development adjacent to the new markets. - An outline planning application has been approved based on maximum and minimum parameters supported by an illustrative proposal. A preferred option (Option 10) has been developed to concept design stage for circa 540,000 sqft occupying the southern part of the site. - This scope aims to clarify all aspects of work required. These packages will be instructed at each key gateway. - The four packages of works required are as follows: - RIBA Stage 1 Design, Report and potential amendments to Outline Planning Permission. - RIBA Stage 2 Design & Report - RIBA Stage 3-6 Client Monitoring Team. Monitoring the sustainability and BREEAM aspects of the construction project. - The Market will be formed by a series of steel columns and beams, with cladding externally, and openings formed to allow access and fenestration. - Areas will be formed on a mezzanine structure providing office space to CAT A standard, for the use of the Tenants, Market Operators and potentially the Landlord. It will be a flexible open plan space with an area allocated for the installation of a platform lift if the need is identified, and stair access. - The main market hall floorplates will be subdivided to form the central plant and equipment tenants demises/trading spaces, service corridors, buyers walkways, toilets, showering areas, locker rooms, spaces suitable for food offers, multi-faith room, and rest areas. - Externally a vehicle maintenance unit, multistorey car park and waste recycling centre is planned. General Matters - Sustainability & BREEAM Consultant appointment: Design a sustainable facility, achieving the highest level of sustainability practicable and advise on how to measure the design (BREEAM Excellent) - embracing modern design technology coupled with class-leading sustainable operating practices e.g. power generation/energy recovery systems.

Procurement Information

A competition was advertised on contracts finder for this contract. Pre-tender estimates were at highest PS140,000. We did not anticipate that the most economically advantageous bid would be above the FTS threshold. Other bids submitted were below the FTS threshold. A notice was not published on Find a Tender because of this reason and the competition was not advertised for 30 days.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03db85
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017726-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£184,770 £100K-£500K

Notice Dates

Publication Date
21 Jun 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
18 Jun 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Not specified
Contact Email
jemma.borland@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-03db85-2023-06-21T19:12:07+01:00",
    "date": "2023-06-21T19:12:07+01:00",
    "ocid": "ocds-h6vhtk-03db85",
    "description": "The contract will expire September 2027.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03db85",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Markets Co-Location Programme - Sustainability Consultant",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71530000",
            "description": "Construction consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Appoint a consultant to undertake the sustainability and BREEAM services for the Markets Consolidation Programme.",
        "lots": [
            {
                "id": "1",
                "description": "General description of works for which services are required: - The City of London Corporation proposes to relocate two wholesale markets to bring together the existing operations at Smithfield (meat and poultry), and Billingsgate (fish) market, collectively referred to as the CityMarkets, to a single site. - There is also the possibility that a third market may relocate to the site, this being Spitalfields Market or alternatively an area of the site will be sold, the Fire Design should therefore consider the proximity of the potential development adjacent to the new markets. - An outline planning application has been approved based on maximum and minimum parameters supported by an illustrative proposal. A preferred option (Option 10) has been developed to concept design stage for circa 540,000 sqft occupying the southern part of the site. - This scope aims to clarify all aspects of work required. These packages will be instructed at each key gateway. - The four packages of works required are as follows: - RIBA Stage 1 Design, Report and potential amendments to Outline Planning Permission. - RIBA Stage 2 Design & Report - RIBA Stage 3-6 Client Monitoring Team. Monitoring the sustainability and BREEAM aspects of the construction project. - The Market will be formed by a series of steel columns and beams, with cladding externally, and openings formed to allow access and fenestration. - Areas will be formed on a mezzanine structure providing office space to CAT A standard, for the use of the Tenants, Market Operators and potentially the Landlord. It will be a flexible open plan space with an area allocated for the installation of a platform lift if the need is identified, and stair access. - The main market hall floorplates will be subdivided to form the central plant and equipment tenants demises/trading spaces, service corridors, buyers walkways, toilets, showering areas, locker rooms, spaces suitable for food offers, multi-faith room, and rest areas. - Externally a vehicle maintenance unit, multistorey car park and waste recycling centre is planned. General Matters - Sustainability & BREEAM Consultant appointment: Design a sustainable facility, achieving the highest level of sustainability practicable and advise on how to measure the design (BREEAM Excellent) - embracing modern design technology coupled with class-leading sustainable operating practices e.g. power generation/energy recovery systems.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "45"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Responsible Procurement",
                            "type": "cost",
                            "description": "15%"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "A competition was advertised on contracts finder for this contract. Pre-tender estimates were at highest PS140,000. We did not anticipate that the most economically advantageous bid would be above the FTS threshold. Other bids submitted were below the FTS threshold. A notice was not published on Find a Tender because of this reason and the competition was not advertised for 30 days."
    },
    "awards": [
        {
            "id": "017726-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Markets Co-Location Programme - Sustainability Consultant",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-85750",
                    "name": "AECOM"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-85749",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "legalName": "The Mayor and Commonalty and Citizens of the City of London"
            },
            "address": {
                "streetAddress": "PO Box 270 Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2076063030",
                "email": "Jemma.Borland@cityoflondon.gov.uk"
            },
            "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-85750",
            "name": "AECOM",
            "identifier": {
                "legalName": "AECOM"
            },
            "address": {
                "streetAddress": "AECOM House, 63-77 Victoria Street, St Albans,",
                "locality": "Hertfordshire",
                "region": "UKH23",
                "postalCode": "AL1 3ER",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-85749",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "contracts": [
        {
            "id": "017726-2023-1-1",
            "awardID": "017726-2023-1-1",
            "title": "Markets Co-Location Programme - Sustainability Consultant",
            "status": "active",
            "value": {
                "amount": 184770,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-19T00:00:00+01:00"
        }
    ],
    "language": "en"
}