City of London Corporation Security Consultant Tender
The City of London Corporation wishes to procure the services of a Security Consultant as part of a design team for the Fleet Street Estate.
United Kingdom-London: Architectural, construction, engineering and inspection services
2018/S 155-356188
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Contact person: Sohail Khan
Telephone: +44 2076063030
E-mail: Sohail.Khan@cityoflondon.gov.uk
NUTS code: UKJ
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fleet Street Estate — Security Consultant
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation wishes to procure the services of a Security Consultant as part of a design team for the Fleet Street Estate and to progress its capital project to project completion.
The initial appointment will be for concept design, RIBA Stage 2, to support the business case for the Fleet Street Estate with provision to instruct further RIBA design stages. At the end of Phase RIBA Stage 2 the City of London Corporation will make a decision to proceed on to the next stage of the project and reserves the right to not proceed.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of London
II.2.4)Description of the procurement:
The development of the Fleet Street Estate will provide a long term, modern, resilient, compliant, maintainable and sustainable estate that meets the needs of the City of London Corporation, City of London Police and HMCTS. The project will provide a “state of the art” New Combined Court Facility and City of London Police headquarters. The design will also include a commercial component providing office accommodation and retail space at street level.
The development will secure the City’s role as a centre of justice and the legal profession in the UK, Europe and across the world and is will provide the City of London Police with a modern, operationally effective headquarters to meet the need of future policing of the City.
The redevelopment of the Fleet Street estate presents an opportunity to improve the public realm and pedestrian access across the entire site, creating a new and attractive destination within the City boundary.
The initial appointment will be for concept design, RIBA Stage 2, to support the business case for the Fleet Street Estate with provision to instruct further RIBA design stages. At the end of Phase RIBA Stage 2 the City of London Corporation will make a decision to proceed on to the next stage of the project and reserves the right to not proceed, or to instruct the consultant to a revised contract strategy for the works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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 artlices 57 and 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contract Regulations 2015 and as set out in the ITT Document.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The ITT is available from the contact point in section I.1) and from the URL as follows; www.capitalesourcing.com
The Authority reserves the right, at any time and at its discretion to:
— Cancel or withdraw from the procurement process at any stage,
— Not to award the contract,
— Require a bidder and/or a member(s) of its consortium to clarify their Tender in writing and/or provide additional information (failure to respond adequately, may result in a bidder not being successful) and/or
— Amend the terms and conditions of the tender process
The Authority is not liable for any costs or other losses resulting from the cancellation or variation of this process, nor for any costs incurred by organisations by taking part in the procurement process.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
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: