Building Services Engineer Requirement – London
The Centre for Music will be a state-of-the-art, outstanding building with a world-class concert hall.
United Kingdom-London: Engineering design services for mechanical and electrical installations for buildings
2017/S 091-180181
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Contact person: Adrian Betton
Telephone: +44 2076063030
E-mail: C4Mprocurement@cityoflondon.gov.uk
NUTS code: UKI
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Building Services Engineer – Centre for Music.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Barbican Centre, London Symphony Orchestra (‘LSO’) and Guildhall School of Music and Drama (‘GSMD’), are working in partnership to develop plans, funded by the City of London Corporation, for a new Centre for Music in the City of London. The Barbican Centre, LSO and GSMD wish (through the City of London Corporation) to procure the services of an Building Services Engineer as an integral part of a design team for the Centre for Music and to progress its capital project to project completion. The Centre for Music will be a state-of-the-art, outstanding building with a world-class concert hall, education, training and digital spaces, excellent facilities for audiences and performers, and supporting commercial areas.
Other disciplines will be procured individually as detailed within the associated SQ and Tender documents available at www.capitalesourcing.com webpage.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Major Capital Construction Project
The Architect/Lead Designer, Civil and Structural Engineer, Building Services Engineer, Acoustic Consultant and Theatre Consultant will be procured independently. The initial appointment will be for concept design to support the business case for the Centre for Music with provision to instruct further RIBA design stages.
The scope of service for the Building Services Engineer will include mechanical, electrical and public health engineering, vertical transport design, BREEAM consultant, BREEAM assessor and Soft Landings consultant. If there is no capability in house these should be included as sub consultants.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates as stated in the procurement documents
Duration in months: estimated at 115 months plus 36 months soft landings. The contract length is dependent on the time table for the availability of the site.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Total estimated value excluding VAT: GBP 4 000 000 Maximum budget for the concept design developed sufficiently to support and inform the business case is GBP 75 000
Duration in months: estimated at 115 months plus 36 months soft landings. The contract length is dependent on the time table for the availability of the site.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
In accordance with Articles 57 and 58 of the Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015 and as set out in the SQ.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
With reference to section IV.3.4) requests to participate must be made by completion of a SQ. The SQ is available from the contact point in section I.1) and from the URL as follows: www.capitalEsourcing.com
The contracting authority reserves the right to discontinue the procurement process at any time which shall include the right not to award contract/s and does not bind itself to accept the lowest tender, or any tender received and reserves the right to award contract/s in part, or to call for new tenders should it consider this necessary.
The contracting authority shall not be liable for any costs or expenses incurred by any candidate in connection with the completion and return of the information requested in this Contract Notice, or in participating in this procurement process, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.
VI.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000Internet address:http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a standstill period from the date when information on the award of the contract/s is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Part 3 of the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England and Wales). Any such action must be brought within the applicable limitation periods.
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Architect / Lead Designer Tender – Centre for Music, London
BBC Estate Management Services Tender
Building Surveying Services Framework West Midlands