Works - 30086-2018

23/01/2018    S15

United Kingdom-London: Construction work

2018/S 015-030086

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: London & Continental Railways Ltd
Postal address: 4th Floor, One Kemble Street
Town: London
NUTS code: UKI LONDON
Postal code: WC2B 4AN
Country: United Kingdom
Contact person: RPS Group PLC
E-mail: WaterlooRetail@rpsgroup.com
Telephone: +44 2036910500
Internet address(es):
Main address: www.lcrhq.co.uk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./29Y4Z2G96N
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
Body governed by public law
I.5)Main activity
Recreation, culture and religion

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Waterloo Retail

Reference number: N201700009
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

The formation of approx. 130,000 square feet of retail space for fit out by incoming tenants with associated external siteworks, drainage and incoming services.

II.1.5)Estimated total value
Value excluding VAT: 45 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKI LONDON
Main site or place of performance:

London.

II.2.4)Description of the procurement:

LCR is seeking contractors to undertake the retail redevelopment of the former Waterloo International Terminal (WIT) for retail fit-out by incoming tenants, further details are available via Delta-esourcing. The procurement will follow a competitive dialogue process which is intended to be a brief and focused period to discuss amongst other topics logistics and methodology, further details can be found via Delta-esourcing.

In the first instance, interested contractors should complete the standard questionnaire, further details can be found via Delta-esourcing.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2018
End: 01/04/2021
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: 3
Objective criteria for choosing the limited number of candidates:

Details can be found via Delta-esourcing.

II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:

Options for phased handover.

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.1.2)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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 2017/S 201-412869
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/02/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/03/2018
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 tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./29Y4Z2G96N

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/29Y4Z2G96N

GO Reference: GO-2018119-PRO-11757178.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477882
Internet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
19/01/2018