Tender

Barbican Residential Estate - Lift Refurbishment Project - Lift Consultants,

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Tender

16 Mar 2026 at 16:20

Summary of the contracting process

The tender for the "Barbican Residential Estate - Lift Refurbishment Project – Lift Consultants" is initiated by The Mayor and Commonalty and Citizens of the City of London. This procurement process is focused on modernising or replacing lifts in Cromwell Tower, Lauderdale Tower, and Shakespeare Tower within the City of London. The tender is currently in the stage of inviting participation, with key industry classifications including lifts and design consultancy services. Interested parties must express interest by 10 April 2026, with the award period concluding on 24 April 2026. The project's contract period is from May 2026 to May 2029, using a selective procurement method through a competitive flexible procedure. The estimated value of the contract is £360,000 gross.

This tender presents an opportunity for businesses specialising in lift refurbishment, design consultancy, and building services to engage in a significant project within a historical setting. It is ideal for companies with a track record in handling technical modernisations and managing legacy systems while complying with statutory requirements. The procurement process prioritises technical competence, building safety, and innovation, and aligns with climate action strategies, diversity, and responsible supply chain practices. With the potential for ongoing work through lift consultancy and project management roles, businesses capable of handling such flexible and detailed specifications would be well-suited to compete.

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

Notice Title

Barbican Residential Estate - Lift Refurbishment Project - Lift Consultants,

Notice Description

General Description of Works for Which Services are Required The City of London Corporation (CoLC) proposes to complete a major modernisation (or replacement if deemed appropriate) for the 9No. lifts within Cromwell Tower, Lauderdale Tower, and Shakespeare Tower. The successful consultant is to survey the existing lifts to determine how the existing lifts are to be either modernised or replaced to reach the standards set by the Corporation and ensure they meet the conditions of any required Statutory Consents. The current lifts are bespoke, with many parts specified closed protocol. The intention is to modernise/replace the lifts with parts available via open protocol, to mitigate limitations around supply for maintenance purposes during the serviceable life of the lifts post-completion. Lift Asset Overview Reports have highlighted the current lifts are towards the end of their serviceable life, with the general condition noted as obsolete and requiring attention. Therefore, it is recommended a project to modernise/replace the lifts is considered now. It is noted within the survey reports that the existing guides, counterweight, lift car, and hoist motor remain in a reusable condition. We would still expect the appointed lift consultant to complete their own surveys and provide with own professional opinion on the level of lift modernisation/replacement required. Resident Engagement CoLC require the Lift Consultant's assistance during tenant discussions and fit out design throughout RIBA Stages 0-6. Production of design information and overview of the proposals, going through to updates on works during construction. RIBA Stage 0 & 1 CoLC will instruct the Lift Consultant to complete initial site surveys and feasibility study to determine the preferred option for lift modernisation/replacement. Feasibility to include anticipated timescales and costs. RIBA Stage 2 & 3 Following feedback from stakeholders and a decision for the preferred option, Lift Consultant will be required to then develop the design to complete RIBA Stage 2/3. As Project Manager, the Lift Consultant will need to ensure the designs are coordinated with all relevant statutory approvers such as Building Regulations and Heritage. They will also be expected to work with the CoLC in any procurement activities required for the Main Construction works. RIBA Stage 4 The Lift Consultant is to produce a full technical specification and contractual documentations for competitive tender purposes. Consultant to allow for review and feedback on drafted documentation, completing all necessary alterations. Consultant to lead the tender processes (with assistance from CoLC, including CoLC Procurement), undertaking a full tender analysis. To allow for tender interviews with contractors. Consultant will be expected to provide suitable input to facilitate instructing the nominated contractor, to include reviewing any necessary appointment documents which may include a letter of intent. RIBA Stage 5 The Consultant is appointed at Stage 5 for the purposes of management of the project including but not limited to monitoring progress, reviewing Contractor's Proposals, inspecting the quality of manufacture and construction of the Project, chairing contractor meetings, reviewing payment applications, variation instructions and the like, and witnessing any test and advising whether the same comply with the performance requirements and design of the Project and the Client Brief. The Consultant shall provide suitably qualified staff to visit the site at appropriate intervals to inspect the Works and carry out the services. RIBA Stage 6 & 7 The Consultant is to assist CoLC in the handover process, reviewing and commenting on completion documents issued by the Contractor, review and ensure all defects are closed out (issuing all relevant certificates), and provide full support during the warranty period and defect liability period as required. Principal Designer Throughout the project cycle, the Lift Consultant will also be expected to undertake the role of Principal Designer (CDM). A separate consultant will be appointed for the role of Principal Designer (BR), however the Lift Consultant is expected to assist this appointed consultant in their duties. General Considerations The lifts should be modernised/replaced subject to any necessary requirements of the Local Planning Authority and Listed Building Consent, but with improved specifications to meet the current Building Regulations. The Design Team in which this document is intended to procure, shall be named as 'Consultant' throughout this brief.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066b79
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023707-2026
Current Stage
Tender
All Stages
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
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

42416100 - Lifts

42416130 - Mechanical lifts

79415200 - Design consultancy services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Mar 20262 weeks ago
Submission Deadline
23 Mar 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
3 May 2026 - 3 May 2029 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-066b79-2026-03-16T16:20:42Z",
    "date": "2026-03-16T16:20:42Z",
    "ocid": "ocds-h6vhtk-066b79",
    "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": "CityProc.Operations@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"
    },
    "tender": {
        "id": "ocds-h6vhtk-066b79",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Barbican Residential Estate - Lift Refurbishment Project - Lift Consultants,",
        "description": "General Description of Works for Which Services are Required The City of London Corporation (CoLC) proposes to complete a major modernisation (or replacement if deemed appropriate) for the 9No. lifts within Cromwell Tower, Lauderdale Tower, and Shakespeare Tower. The successful consultant is to survey the existing lifts to determine how the existing lifts are to be either modernised or replaced to reach the standards set by the Corporation and ensure they meet the conditions of any required Statutory Consents. The current lifts are bespoke, with many parts specified closed protocol. The intention is to modernise/replace the lifts with parts available via open protocol, to mitigate limitations around supply for maintenance purposes during the serviceable life of the lifts post-completion. Lift Asset Overview Reports have highlighted the current lifts are towards the end of their serviceable life, with the general condition noted as obsolete and requiring attention. Therefore, it is recommended a project to modernise/replace the lifts is considered now. It is noted within the survey reports that the existing guides, counterweight, lift car, and hoist motor remain in a reusable condition. We would still expect the appointed lift consultant to complete their own surveys and provide with own professional opinion on the level of lift modernisation/replacement required. Resident Engagement CoLC require the Lift Consultant's assistance during tenant discussions and fit out design throughout RIBA Stages 0-6. Production of design information and overview of the proposals, going through to updates on works during construction. RIBA Stage 0 & 1 CoLC will instruct the Lift Consultant to complete initial site surveys and feasibility study to determine the preferred option for lift modernisation/replacement. Feasibility to include anticipated timescales and costs. RIBA Stage 2 & 3 Following feedback from stakeholders and a decision for the preferred option, Lift Consultant will be required to then develop the design to complete RIBA Stage 2/3. As Project Manager, the Lift Consultant will need to ensure the designs are coordinated with all relevant statutory approvers such as Building Regulations and Heritage. They will also be expected to work with the CoLC in any procurement activities required for the Main Construction works. RIBA Stage 4 The Lift Consultant is to produce a full technical specification and contractual documentations for competitive tender purposes. Consultant to allow for review and feedback on drafted documentation, completing all necessary alterations. Consultant to lead the tender processes (with assistance from CoLC, including CoLC Procurement), undertaking a full tender analysis. To allow for tender interviews with contractors. Consultant will be expected to provide suitable input to facilitate instructing the nominated contractor, to include reviewing any necessary appointment documents which may include a letter of intent. RIBA Stage 5 The Consultant is appointed at Stage 5 for the purposes of management of the project including but not limited to monitoring progress, reviewing Contractor's Proposals, inspecting the quality of manufacture and construction of the Project, chairing contractor meetings, reviewing payment applications, variation instructions and the like, and witnessing any test and advising whether the same comply with the performance requirements and design of the Project and the Client Brief. The Consultant shall provide suitably qualified staff to visit the site at appropriate intervals to inspect the Works and carry out the services. RIBA Stage 6 & 7 The Consultant is to assist CoLC in the handover process, reviewing and commenting on completion documents issued by the Contractor, review and ensure all defects are closed out (issuing all relevant certificates), and provide full support during the warranty period and defect liability period as required. Principal Designer Throughout the project cycle, the Lift Consultant will also be expected to undertake the role of Principal Designer (CDM). A separate consultant will be appointed for the role of Principal Designer (BR), however the Lift Consultant is expected to assist this appointed consultant in their duties. General Considerations The lifts should be modernised/replaced subject to any necessary requirements of the Local Planning Authority and Listed Building Consent, but with improved specifications to meet the current Building Regulations. The Design Team in which this document is intended to procure, shall be named as 'Consultant' throughout this brief.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42416100",
                        "description": "Lifts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42416130",
                        "description": "Mechanical lifts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79415200",
                        "description": "Design consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 360000,
            "amount": 300000,
            "currency": "GBP"
        },
        "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) You will need to respond and submit the following: o Qualification Questions (Qualification Envelope) - Pass/Fail o Technical Questions (Technical Envelope) - Responses in the form of Attachments * Stage 2 - Invitation to Tender (ITT) - To follow with ITT documents will be sent out to the top ranked six bidders from stage 1. 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 to the next stage of this procurement. The assessment will be undertaken in accordance with the methodology set out at section 7 of this document."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "The link below will take you to the jagaer portal the project can be found itt_ https://cityoflondon.ukp.app.jaggaer.com/esop/ogc-host/public/cityoflondon/web/login.jst?_ncp=1749560305706.478375-1",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-10T14:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-03-23T14:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-24T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 360000,
                    "amount": 300000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Questions with weightings",
                            "description": "1. Relevant Experience - Pass/Fail question 2. Relevant Experience - Pass/Fail question 3. Relevant Experience - Pass/Fail question 4. Relevant Experience - Pass/Fail question 5. Case Studies 15% 6. Curriculum Vitae 15% 7. Resident Engagement 10% 8. Technical Competence 15% 9. Added Value & Innovation 10% 10. Quality Assurance 15% 11. Principal Designer Under CDM 2015 10% 12. Building Safety Act 10%",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement with weightings",
                            "description": "1. Climate Action Strategy 34% 2. Equality, Equity, Diversity, and Inclusion 34% 3. Supply Chain Due Diligence 34%",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Pricing Schedule and Resource",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 6
                },
                "contractPeriod": {
                    "startDate": "2026-05-04T00:00:00+01:00",
                    "endDate": "2029-05-03T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Variations to the contract"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "023707-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023707-2026",
                "datePublished": "2026-03-16T16:20:42Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As stated in the Terms of Agreement"
        }
    },
    "language": "en"
}