Tender

Barbican Renewal Construction Management

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

Tender

26 Feb 2026 at 11:29

Planning

16 Dec 2025 at 13:54

Summary of the contracting process

The City of London Corporation is overseeing the Barbican Renewal Construction Management procurement process, aiming to revitalise the renowned Grade II listed Barbican Arts Centre through a series of infrastructure and aesthetic enhancements. The procurement, currently in the tender stage, is scheduled to commence in July 2026 and may extend until February 2031, encompassing both pre-construction and construction phases. With an anticipated contract value of approximately £4 million annually, this process is executed through a Competitive Flexible Procedure, which involves two stages: Invitation to Participate and Invitation to Tender. Business users interested in this opportunity must submit their expression of interest by 2nd April 2026 and can make enquiries until 23rd March 2026. The initiative is under active planning to meet the City’s Net Zero Carbon targets while ensuring the site remains operational throughout the project's duration.

This tender offers significant business growth prospects for firms specialising in complex construction management within heritage environments. Ideal candidates are expected to demonstrate proficiency in logistical management and stakeholder engagement, and experience in managing phased works within constrained settings, such as the Barbican's live arts and cultural environment. Firms will be particularly well-suited if they possess capabilities in construction management services aligned with carbon reduction and social value initiatives. SMEs with robust credentials in technical, economic, and responsible procurement practices are encouraged to apply, promising an extensive window for industry engagement and innovation in preserving one of London's iconic architectural treasures. The opportunity offers direct coordination with the City of London and key stakeholders, facilitating a collaborative approach to the programme’s multi-faceted project outcomes.

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

Notice Title

Barbican Renewal Construction Management

Notice Description

The City of London Corporation (the City) invites Tenders for the provision of Barbican renewal programme, Construction Management Services. The Barbican Centre, which is a department of the City of London (CoL) Corporation, is seeking to appoint a Construction Manager (CM) to deliver Construction Management services for the Barbican Renewal Programme (BRP). The appointment will commence in June 2026 and extend through to March 2030, with an estimated fee value of c. PS4m against a total construction cost of approximately PS176m. The CM will be appointed directly by the CoL and will act as the client's principal delivery partner, responsible for managing and coordinating a series of trade contractors engaged under separate contract with the CoL. The Barbican Centre is a Grade II listed arts centre of international significance, situated within the wider Barbican Estate in the City of London. The Renewal Programme encompasses a broad and concurrent series of improvement, repair, and upgrade works across the Barbican Arts Centre (BAC), requiring careful sequencing and coordination to minimise disruption to visitors, building users, venue operations and nearby residents . The CM will be required to operate within a live, occupied environment subject to significant heritage and conservation constraints, and to manage multiple workstreams progressing simultaneously across different areas. The Programme demands a high degree of logistical rigour, stakeholder sensitivity, and programme control; and the appointed CM will be expected to demonstrate commensurate experience in the delivery of complex, phased works within similarly constrained settings. The scope of the CM appointment spans both pre-construction and construction phases. During the pre-construction phase, the CM will be responsible for developing and maintaining the master construction programme, advising on procurement strategy, and leading the procurement of trade contractor packages in conjunction with the existing Project Team of G&T, Greenway Associates, Allies & Morrison, Asif Khan Studio, Buro Happold and others. The CM will also be required to assist in the submission and determination of a BSA Gateway 2 application, due to BAC recently being classified as a Higher-Risk Building (HRB). During the construction phase, the CM will assume responsibility for the coordination and management of all trade contractors on site, overall site logistics, and the integration of individual package programmes into a coherent and deliverable whole. The CM will maintain a proactive interface with the Project Team on all matters relating to cost reporting and change management and will hold principal responsibility for health and safety management across the site. Throughout the appointment, the CM will be required to lead and coordinate stakeholder and resident engagement activity as it relates to construction operations, working closely with Barbican Renewal, BAC, CoL and other key stakeholders to ensure that communication is managed effectively. The duration of the contract is 44 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 12 months. The maximum length of the contract is therefore 56 months.

Lot Information

Lot 1

Renewal: The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the cost consultant (for example to provide additional goods, services or works).

Planning Information

The Pre-Market Engagement (PME) exercise will provide an opportunity for the City to obtain insight into how contractors might approach the delivery of the project. It also gives a useful early insight into the likely level of interest in a proposed project from the market. Interested organisations will be asked to complete and return a brief questionnaire. To access the PME questionnaire and supporting documentation, please register on the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/esop/ogc-host/public/cityoflondon/web/login.jst?_ncp=1750328586606.1507105-1) and search for 'Barbican Renewal Construction Management'. Organisations should submit their completed questionnaire in accordance with the instructions set out in the PME documentation, by the return deadline of 16:00 (GMT) on 19th January 2026. Following receipt and review of questionnaires, the project team may conduct further direct discussions with organisations of interest to further explore the themes set out in the questionnaire.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f6c9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017226-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71540000 - Construction management services

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Feb 20261 months ago
Submission Deadline
23 Mar 2026Expired
Future Notice Date
2 Feb 2026Expired
Award Date
Not specified
Contract Period
5 Jul 2026 - 5 Feb 2030 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CITY OF 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

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-05f6c9-2026-02-26T11:29:20Z",
    "date": "2026-02-26T11:29:20Z",
    "ocid": "ocds-h6vhtk-05f6c9",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYQD-1693-MYXR",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYQD-1693-MYXR"
            },
            "address": {
                "streetAddress": "PO Box 270",
                "locality": "City of London",
                "postalCode": "EC2P 2EJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "andrew.stirland@cityoflondon.gov.uk",
                "telephone": "020 7606 3030"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYQD-1693-MYXR",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Pre-Market Engagement (PME) exercise will provide an opportunity for the City to obtain insight into how contractors might approach the delivery of the project. It also gives a useful early insight into the likely level of interest in a proposed project from the market. Interested organisations will be asked to complete and return a brief questionnaire. To access the PME questionnaire and supporting documentation, please register on the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/esop/ogc-host/public/cityoflondon/web/login.jst?_ncp=1750328586606.1507105-1) and search for 'Barbican Renewal Construction Management'. Organisations should submit their completed questionnaire in accordance with the instructions set out in the PME documentation, by the return deadline of 16:00 (GMT) on 19th January 2026. Following receipt and review of questionnaires, the project team may conduct further direct discussions with organisations of interest to further explore the themes set out in the questionnaire.",
                "dueDate": "2026-01-19T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "083394-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/083394-2025",
                "datePublished": "2025-12-16T13:54:44Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "prj_910",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Barbican Renewal Construction Management",
        "description": "The City of London Corporation (the City) invites Tenders for the provision of Barbican renewal programme, Construction Management Services. The Barbican Centre, which is a department of the City of London (CoL) Corporation, is seeking to appoint a Construction Manager (CM) to deliver Construction Management services for the Barbican Renewal Programme (BRP). The appointment will commence in June 2026 and extend through to March 2030, with an estimated fee value of c. PS4m against a total construction cost of approximately PS176m. The CM will be appointed directly by the CoL and will act as the client's principal delivery partner, responsible for managing and coordinating a series of trade contractors engaged under separate contract with the CoL. The Barbican Centre is a Grade II listed arts centre of international significance, situated within the wider Barbican Estate in the City of London. The Renewal Programme encompasses a broad and concurrent series of improvement, repair, and upgrade works across the Barbican Arts Centre (BAC), requiring careful sequencing and coordination to minimise disruption to visitors, building users, venue operations and nearby residents . The CM will be required to operate within a live, occupied environment subject to significant heritage and conservation constraints, and to manage multiple workstreams progressing simultaneously across different areas. The Programme demands a high degree of logistical rigour, stakeholder sensitivity, and programme control; and the appointed CM will be expected to demonstrate commensurate experience in the delivery of complex, phased works within similarly constrained settings. The scope of the CM appointment spans both pre-construction and construction phases. During the pre-construction phase, the CM will be responsible for developing and maintaining the master construction programme, advising on procurement strategy, and leading the procurement of trade contractor packages in conjunction with the existing Project Team of G&T, Greenway Associates, Allies & Morrison, Asif Khan Studio, Buro Happold and others. The CM will also be required to assist in the submission and determination of a BSA Gateway 2 application, due to BAC recently being classified as a Higher-Risk Building (HRB). During the construction phase, the CM will assume responsibility for the coordination and management of all trade contractors on site, overall site logistics, and the integration of individual package programmes into a coherent and deliverable whole. The CM will maintain a proactive interface with the Project Team on all matters relating to cost reporting and change management and will hold principal responsibility for health and safety management across the site. Throughout the appointment, the CM will be required to lead and coordinate stakeholder and resident engagement activity as it relates to construction operations, working closely with Barbican Renewal, BAC, CoL and other key stakeholders to ensure that communication is managed effectively. The duration of the contract is 44 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 12 months. The maximum length of the contract is therefore 56 months.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4800000,
            "amount": 4000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-06T00:00:00+01:00",
                    "endDate": "2030-02-05T23:59:59+00:00",
                    "maxExtentDate": "2031-02-05T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Suppliers will be required to submit responses to a number of sub-weighted questions relating to organisation, risk, design management, Commercial and Trade Package Procurement, Construction Methodology, Programme, Communication, Handover & Aftercare BSA Gateway 2 Application. In addition, all shortlisted suppliers will be required to attend a scored interview",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Suppliers' commercial responses will evaluated against total contract cost. The commercial evaluation methodology is set out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible procurement",
                            "description": "Suppliers will be required to submit responses to set out how they will deliver against carbon reduction initiatives and social value.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As set out in the tender documents"
                        },
                        {
                            "type": "technical",
                            "description": "As set out in the tender documents"
                        },
                        {
                            "description": "Suppliers will be required to meet the conditions of participation set out in the tender documents. These include minimum requirements for financial capacity, insurance, modern slavery and data protection. In addition suppliers will be required to respond to scored questions regarding experience. The highest scoring bidders who meet the conditions of participation will be invited to participate in the next tender stage in accordance with the methodology set out in the tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the cost consultant (for example to provide additional goods, services or works)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-02T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This Competitive Flexible Procedure will be conducted in two (2) stages: * Stage 1 - Invitation to Participate (ITP) * Stage 2 - Invitation to Tender (ITT) The Invitation to Participate (ITP) will comprise of Suppliers being asked to meet the conditions of participation and respond to a number of technical questions based on previous contract experience / contract examples. Following assessment of the responses, the City will notify suppliers in writing to confirm the outcome of the assessment and whether or not they have been successfully shortlisted to participate in the ITT stage of this procurement. The assessment will be undertaken in accordance with the methodology set out in the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated contract value given at sections 31 and 32 (\"Total Value\") is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore PS4,000,000",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-02T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-03-23T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-05T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "017226-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017226-2026",
                "datePublished": "2026-02-26T11:29:20Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As set out in the tender pack"
        },
        "riskDetails": "The contract may require modification in the event of project overrun to ensure continuation of service and technical expertise is retained from the communications service provider (for example to provide additional goods, services or works)"
    },
    "language": "en"
}