Design and Build Contract for Residential Accommodation
This contract is for a design and build contractor to build new residential accommodation at 291 Harrow Road and Lisson Arches.
United Kingdom-London: Construction work
2014/S 193-340003
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
capitalEsourcing
64 Victoria Street, City of Westminster
For the attention of: Karen Dobson
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076414880
E-mail: kdobson@westminster.gov.uk
Internet address(es):
General address of the contracting authority: www.westminster.gov.uk
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: Within City of Westminster.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 30 000 000 and 40 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The contract is in 2 lots.
Please refer to Annex B for further detailed information.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45450000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Information about lots
Lot No: 1Lot title: 291 Harrow Road
1)Short description
This will be achieved by demolishing the current provision and creating units of supported accommodation for people with a learning disability and physical disability, units of supported accommodation for people with autism and units for people with complex needs. This will be achieved through a staged process so that the existing residents do not need to move to alternative accommodation off site.
The new housing will help to meet the increasing demand in the City of Westminster for these resident groups, with the number of supported housing units on site increasing from 19 to 27. The City of Westminster is moving from a residential care model to individual tenancies in the supported housing it provides. In order for this strategy to be applied, the housing provided will take the form of self-contained residential units, with adjacent communal and support accommodation.
The second main purpose of the development is the provision of intermediate rental housing, in response to the identified need for additional affordable housing in this area of Westminster.
The final purpose of the project is to improve community uses, which is to be achieved via the re-provision of enhanced specialist housing on site, as well as the creation of new permanent publically-accessible play space and a ball games areas.
2)Common procurement vocabulary (CPV)
45000000
3)Quantity or scope
Range: between 15 000 000 and 20 000 000 GBP
5)Additional information about lots
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.
Lot No: 2Lot title: Lisson Arches
1)Short description
The proposals provide an opportunity for the design (post planning) and construction of a mixed use development comprising 58 one bedroom self-contained sheltered housing apartments and 1 two bedroom manager’s apartment (planning use class C3) with communal facilities, including a manager’s office; guest suite; laundry room; kitchen/lounge/dining room; and a landscaped roof terrace. The development also comprises 1,325m² of Enterprise office (planning use class B1) space and a centralised energy centre including CHP plant.
The scheme ranges from 11-13 storeys for the residential element, reducing to 2-3 storeys for the Enterprise element. The range in heights is due to the site flanking two streets at varying levels, being Lisson Grove and Bernhardt Crescent.
The scheme is to be constructed in a single phase with the residential element fully fitted-out and the non-residential element fitted-out to Category A.
2)Common procurement vocabulary (CPV)
45000000
3)Quantity or scope
Range: between 15 000 000 and 20 000 000 GBP
5)Additional information about lots
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.
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: Further details will be set out in the contract and tender documents.
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
III.2.3)Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre qualification questionnaire available from the Contracting Authority at the address given in section 1.1.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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: The Authority reserves the right to run the process in stages and further information will be in the Invitation to Negotiate.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
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)Body responsible for appeal procedures
The High Court
The Royal Courts of Justice, The Strand
WC2A 2LL London
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: