School Expansion Work London
Expansion of Kingsgate primary school at Liddell Road, NW6.
United Kingdom-London: Construction work
2015/S 042-071042
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
5 Pancras Square
For the attention of: Richard Spear
N1C 4AG London
UNITED KINGDOM
Telephone: +44 2079744337
E-mail: richard.spear@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11743&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11743&B=LBCAMDEN
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: London.
NUTS code UKI11
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)
II.1.6)Common procurement vocabulary (CPV)
45000000, 45200000, 45210000, 45214200, 45214210, 45220000, 45222000, 45111000
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:
Liddell Road is an industrial estate in West Hampstead, London, NW6. The site is adjacent to a Network Rail track and a public park. The Council has applied for planning permission for a mixed use redevelopment of the whole site to include a new infants school building for Kingsgate primary school, with residential and workspace elements. The Council wishes to procure a contractor to carry out the 1st phase of the project only, upon issue of a planning consent.
The 1st phase of the redevelopment is envisaged to include some or all of the following: demolition and clearance of the whole site, civil engineering works to the boundary with Network Rail, construction with design elements of 2 392 m² GIA new school buildings (on part of the site), new site access and open space. The new school buildings will support the expansion of Kingsgate primary school to provide 412 new school places from September 2016. This is the target date for completion of the new school buildings.
Estimated value excluding VAT:
Range: between 18 000 000 and 20 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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 Authority reserves the right to require Applicants to meet certain economic, social and environmental conditions which will be set out in the Invitation to Tender (ITT).
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
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006(as amended).
In order to be considered those expressing an interest must have a minimum annual turnover of 25 000 000 GBP. These requirements are based on the Medium risk status set by the Contracting Authority for this contract.
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with Cabinet Office ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
To express an interest and receive more information about this contract you must register on our e-tendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required: Please refer to the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and Regulations 23-26 of the Public Contracts Regulations 2006 (as amended). To express an interest and receive more information about this contract you must register on our e-tendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required:
Please refer to the PQQ.
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
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.3.5)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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To express an interest and receive more information about this contract you must register on our e-tendering system: https://uk.eu-supply.com/lbcamden.asp
If you have not previously registered with us simply click on the New Supplier Link shown on this page and complete/submit the form. You will then receive an email quoting your unique system username and password which will enable you to access all the relevant documentation via the contract opportunities link on this page and also all future advertised contract exercises via this system. Further to item iv 1.2, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition. The Contracting Authority is not bound to accept the lowest or any tender and confirm that the issue of the Invitation to Tender or other tender documentation does not constitute any form of instruction. As such, the Contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders (or for the avoidance of doubt, PQQ‘s). Please note that all prices must be quoted in GBP. The Contracting Authority undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority‘s obligations under law, including the Freedom of Information Act 2000. However, this does not give any cast iron guarantees of confidentiality as circumstances (for example an FOIA request or a court order) may arise which require disclosure and are outside the control of the Contracting Authority. The deadline for receipt of expressions of interest shall be deemed to be met upon the receipt of a completed pre-qualification form via the Councils e-tendering system only. The Contracting Authority is committed to delivering social, economic and environmental benefits to its residents and local businesses. Bidders need to be aware that, should they be shortlisted, they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the Invitation to Tender and to pay the National or London living Wage to employees including their sub-contractors working on LB Camden contracts in accordance with the criteria set by the Living Wage Foundation. Tenderers should be aware that the Contracting Authority reserves the right to hold interviews during the tender process. These might be scored as part of the tender,in which case the relevant criteria will be specified in the Invitation to Tender documents. In keeping with the Contracting Authority’s commitment to sustainability, please do not include any publicity material with your submission.
Please note, LB Camden is committed to improving road safety and reducing the risk that large vehicles (over 3.5 tonnes) pose to vulnerable road users. Should you be successful and operate large vehicles, you will be asked to meet specific Work Related Road Risk requirements by the contract start date or within a specified time-frame.
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.4.2)Lodging of appeals
Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended). The contracting authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: