Design and Build Contract London Including Groundworks
Project Light Development 1 Ltd wishes to appoint a suitably qualified economic operator to execute a design and build contract. It is envisaged that the scope of works will comprise excavation, secant piling, sheet piling, drainage installation, bearing piles and foundation works.
United Kingdom-London: Basement excavation work
2014/S 192-338224
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Project Light Development 1 Ltd
Bruce Kenrick House, 2 Killick Street
For the attention of: Alex Hammerton
N1 9FL London
UNITED KINGDOM
Telephone: +44 2070617000
E-mail: alex.hammerton@aecom.com
Internet address(es):
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: Canada Water Retail Park, Rotherhithe, Southwark, London SE16.
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Project Light Development 1 Ltd wishes to appoint a suitably qualified economic operator to execute a design and build contract. It is envisaged that the scope of works will comprise excavation, secant piling, sheet piling, drainage installation, bearing piles and foundation works. The scope of works may also include construction of the superstructure of the building to Podium level.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=141609.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
45112420, 44212400, 44212410, 45232452, 44114250, 44212320
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 4 000 000 and 5 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Specific conditions will be summarised within the Pre-Qualification Questionnaire and/or the Invitation to Tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Candidates may be subject to an independent financial check. Further information will be provided within the Pre-Qualification Questionnaire and the invitation to Tender.
III.2.3)Technical capacity
Candidates are referred to Regulation 25 of the Public Contracts Regulations 2006 (as amended).
Minimum level(s) of standards possibly required:
Further information will be provided within the Pre-Qualification Questionnaire and the invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
(MT Ref:141609)
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
High Court of England and Wales
The Strand
WC2A 2LL The Strand
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Cabinet Office, C/O Efficiency and REform Group
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
VI.5)Date of dispatch of this notice: