Contract notice

Information

Published

Date of dispatch of this notice: 10/02/2015

Expire date: 12/03/2015

External Reference: 2014-026604

TED Reference: 2015/S 030-049940

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

London Borough of Camden
---
Argyle Street
WC1H 8NG  London
UK
For the attention of: Divine Ihekwoaba
Telephone: +44 2079744048
E-mail: divine.ihekwoaba@camden.gov.uk
Internet address(es):
General address of the contracting authority: http://www.camden.gov.uk
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=11485&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11485&B=LBCAMDEN
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Greenwood Resource Centre Construction

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
      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)

      The notice involves a public contract
      II.1.5)

      Short description of the contract or purchase(s)

      The redevelopment of 25 and 37 Greenwood Place to provide a 3228 m2 new resource and community centre for adult social care (use class D1) with associated outside space and garden.

      II.1.6)

      Common procurement vocabulary (CPV)

      Main vocabulary
      45000000   Construction work
      II.1.7)

      Information about Government Procurement Agreement (GPA)

      The contract is covered by the Government Procurement Agreement (GPA):  yes
      II.1.8)

      Lots

      This contract is divided into lots:  no
      II.1.9)

      Information about variants

      Variants will be accepted:  no
      II.2)

      Quantity or scope of the contract

      II.2.1)

      Total quantity or scope:

      Estimated cost excluding VAT
      Range: between  14000000  and 15000000  GBP
      II.2.2)

      Information about options

      Options: no
      II.2.3)

      Information about renewals

      This contract is subject to renewal: no
      II.3)

      Duration of the contract or time limit for completion

      Starting  07. 09. 2015  Completion  04. 09. 2017

      Section III: Legal, economic, financial and technical information

      III.1)

      Conditions relating to the contract

      III.1.1)

      Deposits and guarantees required:

      The Contracting Authority will set out its requirements in the tender

      documents. A parent company guarantee or performance bond may be required.

      The contracting authority reserves the right to require deposits,

      guarantees or other forms of security.

      III.1.2)

      Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

      Payments will be made in accordance with the standard terms of payment

      detailed in the tender documents.

      III.1.3)

      Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      Providers applying as a consortium or joint venture must provide full

      details of each member of the consortium and confirm that the grouping is

      a legal venture with joint and several liabilities. Each member will be

      jointly and severally responsible for the performance of the contract. In

      the case of a consortium bid a lead contractor will be required to

      represent the consortium.

      III.1.4)

      Other particular conditions

      The performance of the contract is subject to particular conditions: no
      III.2)

      Conditions for participation

      III.2.1)

      Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

      Information and formalities necessary for evaluating if the requirements are met:

      As set out in the pre-qualification questionnaire (PQQ).

      III.2.2)

      Economic and financial ability

      Information and formalities necessary for evaluating if the requirements are met:

      In accordance with the information and formalities set out in Article

      47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts

      Regulations 2006 as set out in the pre-qualification questionnaire (PQQ).

      In order to be considered those expressing an interest must have a minimum annual turnover of 30 000 000 GBP and a current ratio more than 0.6. These requirements are based on the 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.

      Minimum level(s) of standards possibly required:

      Please refer to the PQQ.

      In order to be considered those expressing an interest must have a minimum annual turnover of 30 000 000 GBP and a current ratio more than 0.6. These requirements are based on the 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 OGC “Supplier financial appraisal guidance” document issued in 2001 and updated in April 2008.

      III.2.3)

      Technical capacity

      Information and formalities necessary for evaluating if the requirements are met:

      In accordance with the information and formalities set out in Article 48

      of Directive 2004/18/EC and Regulation 24 of the Public Contracts

      Regulations 2006 as set out in the pre-qualification questionnaire (PQQ).

      Minimum level(s) of standards possibly required:

      Please refer to the PQQ.

      III.3)

      Conditions specific to services contracts

      III.3.1)

      Information about a particular profession

      Execution of the service is reserved to a particular profession: no
      III.3.2)

      Staff responsible for the execution of the service

      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)

      Type of procedure

      IV.1.1)

      Type of procedure

      Restricted
      IV.1.2)

      Limitations on the number of operators who will be invited to tender or to participate

      Envisaged number of operators:  5
      Objective criteria for choosing the limited number of candidates: 

      Responses to section H of the PQQ will be scored for those organisations expressing an interest and that pass the financial and other basic assessments and the highest scoring 5 organisations will be invited totender, subject to at least this number passing the financial and other basic assessments.

      IV.2)

      Award criteria

      IV.2.1)

      Award criteria

      The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
      IV.2.2)

      Information about electronic auction

      An electronic auction will be used: no
      IV.3)

      Administrative information

      IV.3.1)

      File reference number attributed by the contracting authority

      Not Applicable

      IV.3.2)

      Previous publication(s) concerning the same contract

      no
      IV.3.3)

      Conditions for obtaining specifications and additional documents or descriptive document

      Time limit for receipt of requests for documents or for accessing documents: 12.03.2015 - 14:00
      Payable documents: no
      IV.3.4)

      Time limit for receipt of tenders or requests to participate

      12.03.2015 - 14:00
      IV.3.5)

      Date of dispatch of invitations to tender or to participate to selected candidates

      01.04.2015
      IV.3.6)

      Language(s) in which tenders or requests to participate may be drawn up

      [Language_EN]

      Section VI: Complementary information

      VI.1)

      Information about recurrence

      This is a recurrent procurement: no
      VI.2)

      Information about European Union funds

      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)

      Additional information:

      To express an interest and receive more information about this contract you must register on our etendering 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 etendering 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 that TUPE will not apply.

      VI.4)

      Procedures for appeal

      VI.4.1)

      Body responsible for appeal procedures

      Cabinet Office
      70 Whitehall
      SW1A 2AS   London
      UK
      Internet address:
       

      Body responsible for mediation procedures

      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      EC4Y 1EU   London
      UK
      Telephone: +44 2075366000
      E-mail: info@cedr.com
      Internet address: http://www.cedr.com
      VI.4.2)

      Lodging of appeals

      Precise information on deadline(s) for lodging appeals:

      The Contracting Authority will incorporate a minimum ten calendar day (when using

      electronic means) standstill period at the point information on the award

      of the contract is communicated to tenderers. This period allows

      unsuccessful tenderers to seek further debriefing from the Contracting

      Authority before the contract is entered into and to start proceedings

      where such action is necessary. Such additional information should be

      requested from the person stated in the contact details in section I.1 of

      this document. If an appeal regarding the award of a contract has not been

      successfully resolved the Public Contracts Regulations 2006 (SI 2006/5 (as

      amended)) provide for aggrieved parties who have been harmed or at risk of

      harm by a breach of the rules to take action in the High Court (England,

      Wales and Northern Ireland). Any such action must be brought promptly and

      within the time limits as defined in the above regulations. Where a

      contract has not been entered into the court may order the setting aside

      of the award decision or order the Contracting Authority to amend any

      document and may award damages. If the contract has been entered into the

      court has the options to award damages and/or to shorten or order the

      contract ineffective.

      VI.4.3)

      Service from which information about the lodging of appeals may be obtained