Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Westminster City Council
64 Victoria Street
Contact point(s): www.capitalesourcing.com
For the attention of: Walters Carl
SW1E 6QP London
United Kingdom
E-mail:
Internet address(es):
General address of the contracting authority: www.westminster.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and 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 authorityNational or federal agency/office
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Westminster Schools Expansion.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Within the City of Westminster.
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Westminster City Council is looking to expand 2 secondary schools:
Lot 1 - Westminster City School, 55 Palace St, London, SW1E 5HJ.
The project aims to provide an additional 1 form entry as part of a borough-wide requirement for provision of additional 4 forms of Secondary school entry. The proposed new 1 FE expansion at Westminster City School will comprise demolition of the existing Arts, Religious education, Gymnasium and part of the rear store shed to provide a new building that will house the new 1 FE expansion at the school.
The scheme also involves some remodelling of the existing Kings building to relocate the Religious education facilities here. The existing Gymnasium equipment is to be relocated to the existing PE room at the basement of the Waterlow building.
Lot 2 - St Georges RC School, Lanark Road, London, W9 1RB.
The project aims to provide an additional 1 form entry as part of a borough-wide requirement for provision of additional 4 forms of Secondary school entry. The proposed new 1 FE expansion at St Georges RC School will comprise demolition of the existing single storey reception block, and replacement with a new 3 storey front extension to provide the following accommodation:
- New Reception area;
- Staff room and Workspace;
- Staff Admin. Offices;
- 2nr Science Labs;
- 2nr ICT Suites;
- 2nr General Teaching Classrooms.
Powered by BravoSolution eSourcing Technology: 5 /22.
In addition to the front extension, a new ‘Rooftop’ extension is to be provided on the School's central block (B Block) to provide the following accommodation:
- 4nr General Teaching Classrooms;
- 6th Form Common Room;
- Staff Admin. Spaces;
- Male and Female Toilets.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 4 000 000 and 14 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.10.2016. Completion 31.8.2017
Information about lots
Lot No: 1 Lot title: Westminster City Boys Schools1)Short description
The project aims to provide an additional 1 form entry as part of a borough-wide requirement for provision of an additional 4 forms of secondary school entry. The proposed new 1 FE expansion at Westminster City School will comprise demolition of the existing Arts, Religious Education, Gymnasium and part of the rear store shed to provide a new building that will house the new 1 FE expansion at the school.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT: 4 000 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.10.2016. Completion 31.8.2017
5)Additional information about lots
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.
Lot No: 2 Lot title: St George's RC School1)Short description
The project aims to provide an additional 1 form entry as part of a borough-wide requirement for provision of additional 4 forms of Secondary school entry. The proposed new 1 FE expansion at St Georges RC School will comprise demolition of the existing single storey reception block, and replacement with a new 3 storey front extension to provide the following accommodation:
Powered by BravoSolution eSourcing Technology: 8 /22.
- New Reception area;
- Staff room and Workspace;
- Staff Admin. Offices;
- 2nr Science Labs;
- 2nr ICT Suites;
- 2nr General Teaching Classrooms.
In addition to the front extension, a new ‘Rooftop’ extension is to be provided on the School's central block (B Block) to provide the following accommodation:
- 4nr General Teaching Classrooms;
- 6th Form Common Room;
- Staff Admin. Spaces;
- Male and Female Toilets.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT: 6 500 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.10.2016. Completion 31.8.2017
5)Additional information about lots
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.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantees, deposits, bonds or other forms of security may be required for the Contract. Please refer to descriptive documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to descriptive documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Should the successful tenderer be a consortium of companies, the lead partner will be responsible for completing the commission on behalf of the consortium and all payments will be made to the lead partner for services rendered by the consortium. Support partners will be required to complete a collateral warranty agreement in favour of the Contracting Authority.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to descriptive documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Please refer to descriptive documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please refer to descriptive documents.
Minimum level(s) of standards possibly required: Please refer to descriptive documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to descriptive documents.
Minimum level(s) of standards possibly required:
Please refer to descriptive documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: The PQQ stage for procurement is being accelerated as the Authority recently abandoned an earlier, identical procurement for these services (OJEU reference 2016/S 039-063069) due to inconsistencies in the documentation and the process. The project to which that procurement related is now 6 months behind schedule and the Council primary objective is to relieve the capacity pressures that exist at these 2 schools and deliver these building works by September 2017 so the number of school places at each of the schools is increased.
The same questions are being asked in technical envelope at PQQ stage for this procurement are the same as were asked in that previous procurement. Therefore, Candidates previously interested in the opportunity will be able to use as a base (or use in their entirety) the responses they submitted to that procurement. Furthermore, the opportunity was recently advertised and so levels of market interest are unlikely to have changed significantly.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Please refer to the descriptive documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 7.7.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.7.2016 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
The procurement of a main contractor for the works shall be undertaken as a single stage design and build competitive process.
Contractors are invited at this stage to register their interest for the works and respond to the Pre-Qualification Questionnaire which will be evaluated in-line with the evaluation criteria to establish a tender short-list.
Successfully shortlisted contractors shall be required to provide their tender return in accordance with the Invitation to Tender (ITT) based on a fully compliant bid only. The detailed requirements of the tender submission shall be outlined within the ITT however it is likely to include details on contractor methodology and programme for the works.
Design information has been developed to RIBA Stage 4 (Former RIBA Stage D+) including room data sheets and this information shall form the basis of the tender, and contract employers requirements. The successful contractor shall be required to develop the construction information following contract award.
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 appeal
VI.4.1)Body responsible for appeal proceduresHigh Court
Royal Courts of Justice
Strand
WC2A 2LL London
United Kingdom
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: As set out in the UK's Public Contracts Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.6.2016