Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Haddonfield Estate, Bush Road, London SE8
Reference number: DN285063
II.1.2)Main CPV code45000000
II.1.3)Type of contractWorks
II.1.4)Short description:
LB Southwark are seeking expressions of interest from competent contractors to design and construct 14No. new build units (including 5No. maisonettes and 2No. Wheelchair) for social rent on the Haddonfield Estate SE8 in South East London. The site is located within an urban densely populated area; and is constrained by existing roads, a Transport for London (TfL) overground tube line and is in close proximity to occupied residential dwellings. The development site is subject to regulation by TfL due to being adjacent to live overground tube tracks.
II.1.5)Estimated total valueValue excluding VAT: 4 500 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
LB Southwark are seeking expressions of interest from competent contractors to design and construct 14No. new build units (including 5No. maisonettes and 2No. Wheelchair) for social rent on the Haddonfield Estate SE8 in South East London. The site is located within an urban densely populated area; and is constrained by existing roads, a Transport for London (TfL) overground tube line and is in close proximity to occupied residential dwellings. The development site is subject to regulation by TfL due to being adjacent to live overground tube tracks.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated valueValue excluding VAT: 4 480 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/10/2018
End: 31/01/2020
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted 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 participateDate: 12/03/2018
Local time: 13:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 24/04/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
See information within the PAS 91 PQQ. Full details of the timetable and procedures are set out in the tender documentation available in the Southwark portal.
The contracting authority will not be liable for any costs (including any third party costs, fees or expenses) incurred by those expressing an interest in this contract opportunity.
The contracting authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right to not award as a result of this call for competition.
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court
Royal Court of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation proceduresHigh Court
Royal Court of Justice, The Strand
London
WC2A 2ll
United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The Council will incorporate a minimum ten (10) calendar days standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of hard by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:08/02/2018