School Building and Refurbishment Contract London
The Alteration and Refurbishment of Willow Dene SEN School.
United Kingdom-London: Special school construction work
2014/S 236-414387
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Borough of Greenwich
35 Wellington Street, Woolwich
For the attention of: William Jabang
SE18 6HQ London
UNITED KINGDOM
Telephone: +44 2089212134
E-mail: procurement@royalgreenwich.gov.uk
Internet address(es):
General address of the contracting authority: http://www.royalgreenwich.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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKI21
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)
Wickham Lane SEN School is located in a predominately semi-suburban residential area, located at the junction of Wickham Lane and Kings Way, SE2 0XX. It is a three storey late 19th century school building with a 1940’s extension of brick construction which has always functioned as a school and subsequently been used as decant location for other school constructions in the last 10 years. It is not a listed building and does not lie within a Conservation Area. Following the proposed works, the building will accommodate the secondary school pupils of Willow Dene Primary providing spaces for special education needs (SEN) pupils aged 11-16 with complex needs. The building will also accommodate the relocation of the Borough’s Professional Development Centre (PDC), providing access and resources for the continuing professional development for Royal Borough of Greenwich and all school staff.
The building will be completely refurbished and reconfigured to suit the requirements of both the PDC and the SEN school. The existing electrical and mechanical services are to be upgraded as well as the existing thermal elements to meet current building regulations. An enabling works package comprising a full strip out has been completed to leave the building ready for refurbishment.
Works include new access to the 1st floor for the PDC via a new lift accessed internally from the ground floor. Step free access is required to all floors of the SEN School; with the proposed new lift constructed on the façade of the south elevation. The proposed construction of the new lift shaft to the face of the building presents the opportunity to insulate externally improving the building’s energy efficiency and incorporate a glazed curtain wall strip to allow for natural daylighting.
External works include the provision of step free ramped access to both the building and the playground. The existing playground is to be refurbished to meet BB012 guidelines by providing new landscaped zones, sensory learning spaces and mobility training.
II.1.6)Common procurement vocabulary (CPV)
45214230, 45453100, 45262700, 50710000, 45321000
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.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: Potential Providers will be advise if this is necessary during the procurement exercise.
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: As set out in the pre-qualification questionnaire available from the address in section I.1.
III.2.3)Technical capacity
Potential Providers will be required to demonstrate technical capability to undertake the works and services in accordance with Article 45 to 50 of Directive 2004/18/EC which are contained in Regulation 25 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire available from the address in section I.1.
Section IV: Procedure
IV.1.1)Type of procedure
Justification for the choice of accelerated procedure: The allocated grant monies have to be spend by August 2015 and also there is a requirement to incorporate a key Service Provider by no later than the end of 2015.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: