Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Central Somers Town — Edith Neville School — Main Works.
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
Central Somers Town CIP Regeneration Scheme: 1) Redevelopment of Edith Neville Primary School with associated landscaping along with works to immediate public realm and provision of access arrangements 2) Development of new community hub to include new spaces for St. Aloysius Nursery, Plot 10 community play and 10 new affordable family housing units together with improvements to immediate public realm and provision of access arrangements.
Note — The estimated contract value is based on construction values only and has accounted for prelims, overheads and profit.
II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71420000
II.2.3)Place of performance
NUTS code: UKI
Main site or place of performance:
London Borough of Camden.
II.2.4)Description of the procurement:
Central Somers Town CIP Regeneration Scheme:
1) Redevelopment of Edith Neville Primary School with associated landscaping along with works to immediate public realm and provision of access arrangements.
2) Development of new community hub to include new spaces for St. Aloysius Nursery, Plot 10 community play and 10 new affordable family housing units together with improvements to immediate public realm and provision of access arrangements.
The redevelopment of Edith Neville Primary school is a central strand in the Central Somers Town masterplan proposals. The School itself has been subject to numerous remedial works (both planned and unplanned) and is now in critical need of redevelopment in order to ensure it meets the education requirements of a modern school. The project team have been working closely with the appointed school architects — Hayhurst and Co.
The school has been specifically designed to be flexible enough for a future expansion to a 2 form entry should there be significant demand for additional places at a later time.
St Aloysius Nursery is located in a temporary building on part of Regent High School's outside games area. Regent High will soon require the use of this land and therefore the Nursery needs a new, permanent home. In addition, the new community hub building will also house new play facilities for Plot 10 — an existing community play facility on Polygon Road open space. The integration of these facilities under one building will allow for a much more efficient use of space with complementary uses that will act as focal point for the local Somers Town Community. Additionally, the relocation of Plot 10 from the open space will free up this area for valuable outdoor space for the wider community.In additional to the community spaces, there will also be 10 affordable family units on top of the community hub building. These will be offered to local families in line with the agreed local lettings policy.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 16 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 616
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As described in the suitability questionnaire guidance notes for this contract accessed via the ‘Access Documents’ section of the EU Supply portal.
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/01/2017
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/01/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Cabinet Office
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/12/2016