Grade I Listed Building Works London
Pitzhanger Manor is Grade I listed, and of local, national and international significance. The vision is to reveal and restore this remarkable historic villa in its original landscape.
United Kingdom-London: Construction work
2014/S 207-366064
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Ealing
Major Projects and Development Team, 1st Floor, South West Perceval House 14-16 Uxbridge Road, Ealing
For the attention of: Jonathan Kirby
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088256099
E-mail: kirbyjo@ealing.gov.uk
Internet address(es):
General address of the contracting authority: http://www.ealing.gov.uk
Address of the buyer profile: http://www.londontenders.org/
Further information can be obtained from: Mr Jonathan Kirby
London Borough of Ealing. This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents. Ealing United Kingdom Internet address: http://www.londontenders.org/
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mr Jonathan Kirby
London Borough of Ealing. This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents. Ealing United Kingdom Internet address: http://www.londontenders.org/
UNITED KINGDOM
Tenders or requests to participate must be sent to: Mr Jonathan Kirby
London Borough of Ealing. This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents. Ealing United Kingdom Internet address: http://www.londontenders.org/
UNITED KINGDOM
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: Pitzhanger Manor, Walpole Park, Mattock Ln, London W5 5EQ.
NUTS code UKI
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)
This project will restore Soane’s Manor and its landscaped setting to its Regency splendour, while enhancing the supporting role of the Gallery and improving visitor facilities with a new café/event space in the walled garden.
The Manor will be sensitively restored, and important heritage features will be reinstated.
Key objectives include:
— Restore Soane’s Manor, re-instate the conservatory, roof lights, and rooms,
— Remove the Victorian infill to reveal and restore Soane’s north elevation,
— Restore the George Dance wing and remove the 20th century Eating Room extension and porch,
— Re-create the Soane portico to link the Manor to the Gallery,
— Repair and enhance the Gallery through improved exhibition space, a new entrance foyer, shop, and community and learning resource,
— Restore the Lodge for volunteer facilities/workshops space,
— Provide new café/garden room in the walled garden,
— Create a high quality visitor experience and facilities for learning and participation.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45210000, 45212000, 45112700, 45112710, 45112711
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:
II.2.2)Information about options
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: The form of contract is expected to be the JCT SBC/XQ Standard Building Contract without Quantities incorporating the Contract Authorities specific, amendments, preceded by a pre-construction agreement.
Under the proposed building and pre-construction contracts the Contracting Authority reserves the right to nominate any legal entity sufficiently identified as a funder to be a joint employer with the Contracting Authority for the purposes specified in the notice.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Further detail on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: We have set a minimum turnover which we feel is appropriate for a supplier to have in order to deliver our requirements. If your company turnover is below the threshold deemed necessary, the questionnaire may be rejected whilst also taking into account the rest of your submitted financial information.
If you do not hold the levels of insurance indicated in the PQQ document and are not prepared to increase your insurance to the levels we require if you are awarded a contract your questionnaire will be rejected.
III.2.3)Technical capacity
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request;
(ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Further details on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit.
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: Bidders will be evaluated for inclusion on a tender short-list on the basis of their responses to all questions and submissions as required by the PQQ documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: Tenders will be opened by Head of Procurement, or their authorised representative.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
By inviting expressions of interest for this scheme the Council is not entering into any contractual relationship (express, implied or otherwise) with the person who either express an interest or who actually submits a tender.
The Council reserve the right to cancel the tender process at any time and the council shall not be liable for any costs or expenses incurred by those expressing an interest or in submitting the tender for this contract.
This contract is being run through Ealing Council’s e-procurement system (ProContract). All of the information and documentation relating to this contract will be stored online in ProContract.
All expressions of interest/requests for information/tender submissions should be made via ProContract. To do this you will need to register at the web address below and then express an interest in this opportunity. You will then be able to obtain all relevant information/send any requests you have/submit your proposal via the system. https://londontenders.org
Request to participate must be made and the completed PQQ questionnaire must be returned by 5.12.2014.
VI.5)Date of dispatch of this notice: