London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Pioneer Academy, Stewart Fleming Primary School: Phase 2 |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The proposed works comprise partial demolition of the existing school building and construction of a single and double storey extension with roof level external play areas, hard and soft landscaping, localised alterations and refurbishment of the existing building and site and all associated M&E, drainage and temporary works at The Pioneer Academy, Stewart Fleming Primary School. The Works form Phase 2 of a two phase project. The tender opportunity will be run electronically through the London Tenders Portal and providers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online. All applications MUST be made through the London Tenders Portal ONLY and NOT to the Contact Details contained within this notice. |
Published: | 13/10/2017 10:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Bromley
Civic Centre, Stockwell Close, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: lorraine.baker@bromley.gov.uk
Contact: Lorraine Baker
Main Address: http://www.bromley.gov.uk/
NUTS Code: UKJ4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.londontenders.org
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.londontenders.org to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: The Pioneer Academy, Stewart Fleming Primary School: Phase 2
Reference Number: DN 286480
II.1.2) Main CPV Code:
45214200 - Construction work for school buildings.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The proposed works comprise partial demolition of the existing school building and construction of a single and double storey extension with roof level external play areas, hard and soft landscaping, localised alterations and refurbishment of the existing building and site and all associated M&E, drainage and temporary works at The Pioneer Academy, Stewart Fleming Primary School.
The Works form Phase 2 of a two phase project.
The tender opportunity will be run electronically through the London Tenders Portal and providers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online. All applications MUST be made through the London Tenders Portal ONLY and NOT to the Contact Details contained within this notice.
II.1.5) Estimated total value:
Value excluding VAT: 4,575,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: The Contractor’s works will include completion of the detailed design beyond the level of information provided within these Employer’s Requirements, and construction under the JCT Design & Build 2016 form of contract.
The works will be undertaken within the fully operational primary school site. The Phase 2 work is divided into five sections under the contract, carefully co-ordinated with school holiday periods. Temporary works are required to accommodate the safe operation of the School throughout the contract period. Access and egress for construction poses a challenge and will need to be carefully developed by the successful Contractor in liaison with the Employer and the School.
Appointment of the successful Contractor is anticipated in March 2018 with commencement of Works onsite in April 2018 and completion of the Works by August 2019.
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: 4,575,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 02/04/2018 / End: 23/08/2019
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/12/2017 Time: 12:00
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 month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 11/12/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=266679451
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 13/10/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Borough of Bromley
Civic Centre, Stockwell Close, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: lorraine.baker@bromley.gov.uk
Contact: Lorraine Baker
Main Address: http://www.bromley.gov.uk/
NUTS Code: UKJ4
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: The Pioneer Academy, Stewart Fleming Primary School: Phase 2
Reference number: DN 286480
II.1.2) Main CPV code:
45214200 - Construction work for school buildings.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The proposed works comprise partial demolition of the existing school building and construction of a single and double storey extension with roof level external play areas, hard and soft landscaping, localised alterations and refurbishment of the existing building and site and all associated M&E, drainage and temporary works at The Pioneer Academy, Stewart Fleming Primary School.
The Works form Phase 2 of a two phase project.
The tender opportunity will be run electronically through the London Tenders Portal and providers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online. All applications MUST be made through the London Tenders Portal ONLY and NOT to the Contact Details contained within this notice.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,575,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ4 - Kent
Main site or place of performance:
Kent
II.2.4) Description of the procurement: The Contractor’s works will include completion of the detailed design beyond the level of information provided within these Employer’s Requirements, and construction under the JCT Design & Build 2016 form of contract.
The works will be undertaken within the fully operational primary school site. The Phase 2 work is divided into five sections under the contract, carefully co-ordinated with school holiday periods. Temporary works are required to accommodate the safe operation of the School throughout the contract period. Access and egress for construction poses a challenge and will need to be carefully developed by the successful Contractor in liaison with the Employer and the School.
Appointment of the successful Contractor is anticipated in March 2018 with commencement of Works onsite in April 2018 and completion of the Works by August 2019.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 10
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/05/2018
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lakehouse Contracts Ltd
1 King George Close, Romford, RM7 7LS, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 4,575,000,000
Total value of the contract/lot: 5,281,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/06/2018
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Lakehouse Contracts Ltd
1 King George Close, Romford, RM7 7LS, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 5,281,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=329349771
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date of dispatch of this notice: 26/06/2018