Construction Contract Leads
London
Category Services
Type Tender
No. of Lots 1
Status Active
Published 16th Mar 2026
| Reference | ocds-h6vhtk-066b79 |
| Common Procurement Vocabulary | Mechanical lifts |
| Procurement Method | Competitive flexible procedure |
| Value | £300,000 |
London
Category Services
Type Tender
No. of Lots 1
Status Active
Published 16th Mar 2026
| Reference | ocds-h6vhtk-066b79 |
| Common Procurement Vocabulary | Mechanical lifts |
| Procurement Method | Competitive flexible procedure |
| Value | £300,000 |
Scope
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.
Total value (estimated)
- £300,000 excluding VAT
- £360,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 4 May 2026 to 3 May 2029
- 3 years
Options
The right to additional purchases while the contract is valid.
Variations to the contract
Main procurement category
Services
CPV classifications
- 42416100 - Lifts
- 42416130 - Mechanical lifts
- 79415200 - Design consultancy services
Contract locations
- UKI - London
Submission
Enquiry deadline
23 March 2026, 2:00pm
Submission type
Requests to participate
Deadline for requests to participate
10 April 2026, 2:00pm
Submission address and any special instructions
The link below will take you to the jagaer portal the project can be found itt_
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 6 suppliers
Award decision date (estimated)
24 April 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical Questions with weightings | 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% | Quality | 50% |
| Commercial | Pricing Schedule and Resource | Price | 35% |
| Responsible Procurement with weightings | 1. Climate Action Strategy 34% 2. Equality, Equity, Diversity, and Inclusion 34% 3. Supply Chain Due Diligence 34% | Quality | 15% |
Other information
Payment terms
As stated in the Terms of Agreement
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
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.
Contracting authority
The Mayor and Commonalty and Citizens of the City of London
- Public Procurement Organisation Number: PYQD-1693-MYXR
PO Box 270
City of London
EC2P 2EJ
United Kingdom
Telephone: 020 7606 3030
Email: CityProc.Operations [at] cityoflondon.gov.uk
Website:
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government
