Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: London Borough of Hillingdon
Postal address: Civic Centre, High Street, Uxbridge
Town: London
NUTS code:
UKI23 Outer London - West and North WestPostal code: UB8 1UW
Country: United Kingdom
Contact person: Mark Holmes
E-mail:
mholmes2@hillingdon.gov.ukInternet address(es): Main address:
www.capitalesourcing.com I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.capitalesourcing.comAdditional 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 authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
OJEU Restricted Procedure for the Appointment of Design and Build Contractor(s) for Works at *two Primary Schools in London Borough of Hillingdon.
II.1.2)Main CPV code45000000 Construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
The London Borough of Hillingdon (Hillingdon) are seeking to appoint Contractor(s) to expand their current Primary School provision at *two existing schools in the North of the Borough. *Council reserve the right to amend this in the tender documents when these are published.
The Council are looking for experienced and qualified Design and Build contractors to bid for the opportunity to design, build, install and commission the Primary Schools expansions in the London Borough of Hillingdon. The Works will be subject to Planning Consent (in process).
The Works will require new build works with associated external works at each location and additional works to the existing Primary Schools buildings to expand each by 1 Form of Entry (1FE).
There are 3 (three) lots comprising
School 1 = Lot 1,
School 2 = Lot 2,
Both Schools = Lot 3
Council reserve the right to appoint one, all or nothing at all, at their sole discretion.
II.1.5)Estimated total valueValue excluding VAT: 14 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)45000000 Construction work
II.2.3)Place of performanceNUTS code: UKI23 Outer London - West and North West
II.2.4)Description of the procurement:
School 1 is a 1FE junior and infant school being expanded to a 2FE junior and infant school and is anticipated to require planned works include a new main teaching block of approx. 1 300 m² together with works and adaptations to the existing buildings
Bidders should note that further details are to be provided and confirmed in the tender documents
The duration of Works is an estimate based upon the main new building works only.
II.2.5)Award criteriaPrice 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 systemDuration in months: 11
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)45000000 Construction work
II.2.3)Place of performanceNUTS code: UKI23 Outer London - West and North West
II.2.4)Description of the procurement:
School 2 is a 2FE Primary school being expanded to a 3FE Primary school and is anticipated to require planned works to include the construction of a new standalone building at approx. 2 122 m² together with works and adaptations of the existing buildings and associated external works.
Bidders should note that further details are to be provided and confirmed in the tender documents
The duration of Works is an estimate based upon the main new building works only.
II.2.5)Award criteriaPrice 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 systemDuration in months: 11
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.2)Additional CPV code(s)45000000 Construction work
II.2.3)Place of performanceNUTS code: UKI23 Outer London - West and North West
II.2.4)Description of the procurement:
Details of this lot are the sum of both Lot 1 and Lot 2 with any discounts determined being applied on straight-line basis.
The duration of Works is an estimate based upon the main new building works only.
We would want both Lots to ideally be run at the same time, if this option was exercised.
II.2.5)Award criteriaPrice 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 systemDuration in months: 11
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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 registersList and brief description of conditions:
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete the PQQ (Pre-qualification questionnaire) in accordance with the provisions of Article 45 of the Consolidated Directive 2001/18/EC.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Details of any financing conditions or payments arrangements will be set out in the contract documents. The Contract may also be subject to planning permission being granted which is anticipated to be confirmed, prior to the release of the ITT documents.
The Contracting Authority requires all members of such a group to be jointly and severally liable. In the event of a successful consortium bid, the Contracting Authority reserves the right to require the consortium members to establish a separate legal entity to enter into the contract.
Consortium members will be each be required to complete a collateral warranty agreement in favour of the Contracting Authority.
The performance of the contract is subject to particular conditions: no
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ and ITT documents and their attachments.
Minimum level(s) of standards possibly required:
As set out in the PQQ and ITT documents and their attachments.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ and ITT documents and their attachments.
Minimum level(s) of standards possibly required:
As set out in the PQQ and ITT documents and their attachments.
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.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 25/11/2016
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 24/10/2016
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High Court of England and Wales
Postal address: The Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:24/10/2016