School Design and Build Contract London
Design and Build Contract to expand Malorees Infant and Junior Schools by 1FE.
United Kingdom-London: Primary school construction work
2015/S 042-071010
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Brent
Brent Civic Centre, Engineers Way, Wembley
For the attention of: Mr Neil Martin
HA9 0FJ London
UNITED KINGDOM
Telephone: +44 2089374203
E-mail: neil.martin@brent.gov.uk
Internet address(es):
General address of the contracting authority: www.brent.gov.uk
Address of the buyer profile: www.brent.gov.uk
Electronic access to information: https://www.londontenders.org
Electronic submission of tenders and requests to participate: https://www.londontenders.org
Further information can be obtained from: London Borough of Brent
Brent Civic Centre, Engineers Way, Wembley
For the attention of: Mr Neil Martin
HA9 0FJ London
UNITED KINGDOM
Telephone: +44 2089374203
E-mail: neil.martin@brent.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Brent
Brent Civic Centre, Engineers Way, Wembley
For the attention of: Mr Neil Martin
HA9 0FJ London
UNITED KINGDOM
Telephone: +44 2089374203
E-mail: neil.martin@brent.gov.uk
Tenders or requests to participate must be sent to: London Borough of Brent
Brent Civic Centre, Engineers Way, Wembley
For the attention of: Mr Neil Martin
HA9 0FJ London
UNITED KINGDOM
Telephone: +44 2089374203
E-mail: neil.martin@brent.gov.uk
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
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)
Brent is currently in phase 3 of the primary school expansion portfolio and as part of this programme Brent is proposing to expand Malorees Infant School and Malorees Junior School by 1 form of entry (FE). The 2 schools are adjacent to each other and the expansion proposal will be used for both schools.
The Council is looking to appoint a contractor to design and build the proposed expansion using a 2 stage design and build tender process.
II.1.6)Common procurement vocabulary (CPV)
45214210
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The new building will be over 2 floors and links to both existing buildings which will necessitate the need for some demolition and consequential improvements as well as an element of making good in parts of the existing buildings. There will also be improvements to the outside play areas, this may include a MUGA.
Estimated value excluding VAT: 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
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: Please refer to the tender documents.
III.2.3)Technical capacity
Please refer to the tender documents.
Minimum level(s) of standards possibly required:
Please refer to the tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: Please refer to the tender documents.
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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
E-mail: administrativecourtoffice.courtclerks@hmcts.x.gsi.gov.uk
Body responsible for mediation procedures
London Borough of Brent Legal Services
Brent Civic Centre, Engineers Way, Wembley
HA9 0FJ London
UNITED KINGDOM
E-mail: corporate.procurement@brent.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
Government Procurement Service
Rosebury Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: info@ccs.gsi.gov.uk
VI.5)Date of dispatch of this notice: