{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-054410-2025-10-23T08:51:48+01:00",
    "date": "2025-10-23T08:51:48+01:00",
    "ocid": "ocds-h6vhtk-054410",
    "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": {
                "name": "James Carter",
                "email": "james.carter@cityoflondon.gov.uk",
                "telephone": "020 7606 3030"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-06277346",
            "name": "Greenway Associates Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06277346"
            },
            "address": {
                "streetAddress": "Redhill Chambers, 2d High Street",
                "locality": "Redhill",
                "postalCode": "RH1 1RJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ26"
            },
            "contactPoint": {
                "email": "liam@greenwayqs.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYQD-1693-MYXR",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "planning": {
        "noEngagementNoticeRationale": "The City has not conducted any Preliminary Market Engagement prior to the issuing of the Notice inviting bidders to submit a request to participate in the Procurement. The City routinely appoints numerous cost consultants for its construction projects and programmes, and considers the specification, form of contract, commercial model and procurement approach to be well defined and consistent with its approach to appointing such services. In addition the supply market for cost consultancy services is believed to be healthy and there is likely to be a good level of market interest in this contract. The Barbican Renewal Programme has also attracted a high level of market interest from suppliers for all contracts to date."
    },
    "tender": {
        "id": "prj_161",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Barbican Renewal Programme Cost Consultant services",
        "description": "The City has invited Bidders to complete and submit a request to participate in the Procurement for the provision of Barbican Renewal Cost Consultant services. The contract for Cost Consultant services will cover a series of major capital projects that will form the first phase of the Renewal programme, which will be delivered between 2025 and 2030. Design for projects in this first phase of work is at RIBA Stage 3. This cost consultant contract will cover RIBA Stage 4-7 of this first phase of Barbican Renewal. Projects that form this first phase of work include: - A full restoration and refurbishment of the Barbican Conservatory - Foyers, Lakeside and Catering Block, including lakeside waterproofing, conservation led fabric upgrades, foyer improvements, catering block shell and core works, accessibility and MEP upgrades - Major wayfinding improvements across the site - Refurbishment and fit out of Barbican back of house and support spaces - A central MEP infrastructure replacement programme - Ancillary projects to address urgent needs and that respond to wider Barbican Renewal Programme opportunities.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1500000,
            "amount": 1250000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Pre-selected tenderers - utilities/not central government",
            "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."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "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 PS250,000",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-07T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-06-30T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-08T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 1500000,
                    "amount": 1250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Suppliers will be required to submit respnses to a number of sub-weighted questions relating to cost estimating and reporting, client collaboration,, tendering and procurement and prposed delivery team structure. In addition all shortlisted suppliers will be required to attend a scored interview.",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Suppliers commercial responses will evaluated against total contract cost and resources. The commercial evaluation methodology is set out in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Suppliers will be required to submit responses to set out how they will deliver against a chosen option from the City of London Corporation Social Value menu. The Social Value menu is provided with the tender documents.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6
                },
                "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
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-10-01T00:00:00+01:00",
                    "endDate": "2030-09-30T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The City will provide addiitonal documents relating to RIBA stage 3 architectural and engineering reports upon receipt of a completed Non Disclosure Agreement (NDA). The NDA must be requested via the messaging facility on the City of London Corporation Sourcing & Contracts Portal, at the address set out at section 126 of this notice."
            },
            {
                "id": "030435-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030435-2025",
                "datePublished": "2025-06-06T08:52:03+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As set out in the tender documents"
        },
        "riskDetails": "The requirements are to provide the contracted services to the end of the first phase of works. 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)."
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Barbican Renewal Programme Cost Consultant services",
            "status": "active",
            "date": "2025-09-11T00:00:00+01:00",
            "value": {
                "amountGross": 1438320,
                "amount": 1198600,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-06277346",
                    "name": "Greenway Associates Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71324000",
                            "description": "Quantity surveying services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71242000",
                            "description": "Project and design preparation, estimation of costs"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-09-22T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-10-01T00:00:00+01:00",
                "endDate": "2030-09-30T23:59:59+01:00"
            },
            "hasOptions": true,
            "options": {
                "description": "The requirements are to provide the contracted services to the end of the first phase of works. 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)."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "055815-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/055815-2025",
                    "datePublished": "2025-09-11T13:54:56+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-09-11T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-09-25T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2025-10-01T00:00:00+01:00",
                "endDate": "2030-09-30T23:59:59+01:00"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. The requirements are to provide the contracted services to the end of the first phase of works. 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)."
            },
            "value": {
                "amountGross": 1438320,
                "amount": 1198600,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-09-30T00:00:00+01:00",
            "noAgreedMetricsRationale": "Contract value is below PS5,000,000. No specific KPIs are inlcuded within the terms of the contract, as the nature of the services are not deemed appropriate for regular assessment against set KPIs. However, performance will be measured as the wider BArbican Renewal Programme progresses.",
            "documents": [
                {
                    "id": "067655-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/067655-2025",
                    "datePublished": "2025-10-23T08:51:48+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}