Notice Information
Notice Title
Barbican Renewal - PM and Contract Administration services
Notice Description
The provision of Project Management and Contract Administration services to deliver the first major phase of work on Barbican Renewal. Barbican Renewal is a programme of capital projects, which will enable the Barbican to realise fully its potential as the greatest cultural centre in the City of London and the UK more broadly. These plans will deliver a site that is truly inclusive, sustainable and operationally resilient. By addressing every aspect of our listed buildings, we will ensure the Barbican is restored, revitalised and relevant for audiences now and in the future.
Lot Information
Lot 1
This contract for Project Management and Contract Administration services, will cover a series of projects that will form the first phase of the Renewal programme, which will be delivered between 2025 and 2030. This first phase of works will comprise significant upgrade, restoration and improvement works to the main Foyers, Lakeside, Conservatory and Sculpture Court, a programme of improvements to the Centre's central MEP infrastructure systems and delivery of a new wayfinding strategy. For the infrastructure elements of the programme the Provider (main contractor) has been engaged under a TAC-1 contract. The Project Manager / Contract Administrator will act as Alliance Manager (equivalent to a contract administrator under TAC-1 terminology) on behalf of the client. The PM/ CA shall be appointed under a separate Appointment with the Client rather than as a party to the TAC-1 Contract with the Client and Provider. The legal terms for the Appointment are set out in the procurement documents.
Options: The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 6 years, subject to completion of the works.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b16b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/047177-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,020,707 £1M-£10M
Notice Dates
- Publication Date
- 8 Aug 20258 months ago
- Submission Deadline
- 26 Nov 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Aug 20258 months 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
- THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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, TLI31 Camden and City of 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-04b16b-2025-08-08T10:44:10+01:00",
"date": "2025-08-08T10:44:10+01:00",
"ocid": "ocds-h6vhtk-04b16b",
"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. 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 PS833,333.",
"initiationType": "tender",
"tender": {
"id": "prj_COL_24371",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Barbican Renewal - PM and Contract Administration services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
"mainProcurementCategory": "services",
"description": "The provision of Project Management and Contract Administration services to deliver the first major phase of work on Barbican Renewal. Barbican Renewal is a programme of capital projects, which will enable the Barbican to realise fully its potential as the greatest cultural centre in the City of London and the UK more broadly. These plans will deliver a site that is truly inclusive, sustainable and operationally resilient. By addressing every aspect of our listed buildings, we will ensure the Barbican is restored, revitalised and relevant for audiences now and in the future.",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This contract for Project Management and Contract Administration services, will cover a series of projects that will form the first phase of the Renewal programme, which will be delivered between 2025 and 2030. This first phase of works will comprise significant upgrade, restoration and improvement works to the main Foyers, Lakeside, Conservatory and Sculpture Court, a programme of improvements to the Centre's central MEP infrastructure systems and delivery of a new wayfinding strategy. For the infrastructure elements of the programme the Provider (main contractor) has been engaged under a TAC-1 contract. The Project Manager / Contract Administrator will act as Alliance Manager (equivalent to a contract administrator under TAC-1 terminology) on behalf of the client. The PM/ CA shall be appointed under a separate Appointment with the Client rather than as a party to the TAC-1 Contract with the Client and Provider. The legal terms for the Appointment are set out in the procurement documents.",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "As set out in the procurement documents"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 6 years, subject to completion of the works."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "45"
},
{
"name": "Commercial",
"type": "quality",
"description": "40"
},
{
"name": "Responsible Procurement",
"type": "quality",
"description": "15"
},
{
"name": "Price",
"type": "cost",
"description": "60"
},
{
"name": "Resources",
"type": "cost",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI31"
}
],
"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
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-11-26T12:00:00Z"
},
"secondStage": {
"invitationDate": "2024-12-06T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"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": "jemma.borland@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-139337",
"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": "UKI31",
"postalCode": "EC2P 2EJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2076063030",
"email": "james.carter@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-17063",
"name": "Gardiner & Theobald LLP",
"identifier": {
"legalName": "Gardiner & Theobald LLP",
"id": "OC307124"
},
"address": {
"streetAddress": "10 South Crescent",
"locality": "London",
"region": "UKI",
"postalCode": "WC1E 7BD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-139337",
"name": "The Mayor and Commonalty and Citizens of the City of London"
},
"language": "en",
"awards": [
{
"id": "047177-2025-1-1",
"relatedLots": [
"1"
],
"title": "Barbican Renewal - PM and Contract Administration services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17063",
"name": "Gardiner & Theobald LLP"
}
]
}
],
"contracts": [
{
"id": "047177-2025-1-1",
"awardID": "047177-2025-1-1",
"title": "Barbican Renewal - PM and Contract Administration services",
"status": "active",
"value": {
"amount": 3020707.5,
"currency": "GBP"
},
"dateSigned": "2025-08-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}