Design and Build Contractors for Primary Schools in London
Appointment of Design and Build Contractor(s) for Works at two Primary Schools in London Borough of Hillingdon.
United Kingdom-London: Construction work
2017/S 023-038917
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Hillingdon
London
United Kingdom
Contact person: Sharon Ladva
E-mail: sladva@hillingdon.gov.uk
NUTS code: UKI23
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Appointment of Design and Build Contractor(s) for Works at two Primary Schools in London Borough of Hillingdon.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Hillingdon (Hillingdon) are seeking to appoint Contractor(s) to expand their current Primary School provision at *two existing schools in the North of the Borough. *Council reserve the right to amend this in the tender documents when these are published.
The Council is seeking experienced and qualified Design and Build contractors to bid for the opportunity to design, build, install and commission the Primary Schools expansions in the London Borough of Hillingdon. The Works will be subject to Planning Consent (in process).
The Works will require new build works with associated external works at each location and additional works to the existing Primary Schools buildings to expand each by 1 Form of Entry (1FE).
There are 3 (three) lots comprising
Lot 1 = School 1,
Lot 2 = School 2,
Lot 3 = School 3.
Hillingdon reserves the right to appoint one, all or no Lots, at its sole discretion.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
School 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
School 1 is a 1FE junior and infant school being expanded to a 2FE junior and infant school and is anticipated to require planned works include a new main teaching block of approx. 1 300 m² together with works and adaptations to the existing buildings.
Bidders should note that further details are to be provided and confirmed in the tender documents.
The duration of Works is an estimate based upon the main new building works only.
II.2.5)Award criteria
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
II.2.1)Title:
School 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
School 2 is a 2FE Primary school being expanded to a 3FE Primary school and is anticipated to require planned works to include the construction of a new standalone building at approx. 2 122 m² together with works and adaptations of the existing buildings and associated external works.
Bidders should note that further details are to be provided and confirmed in the tender documents.
The duration of Works is an estimate based upon the main new building works only.
II.2.5)Award criteria
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
II.2.1)Title:
Both Schools
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Details of this lot are the sum of both Lot 1 and Lot 2 with any discounts determined being applied on straight-line basis.
The duration of Works is an estimate based upon the main new building works only.
We would want both Lots to ideally be run at the same time, if this option was exercised.
II.2.5)Award criteria
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
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete the SQ (Selection Questionnaire) in accordance with the provisions the Public Contracts Regulations 2015.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (Url: www.capitalesourcing.com ). Suppliers will need to register an interest on the system in order to participate, and registration is free.
VI.4.1)Review body
The Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Wiltshire Council Professional Services Framework
Design and Build Contract – City Quays, Belfast
West Smithfield Project Planning Consultancy Services
CDM Advisor Framework North Ayrshire
Principal Designer Services for Victoria and Albert Museum