Greenwood Resource Centre Construction.
Contract notice
Works
Section I: Contracting authority
London Borough of Camden
Argyle Street
For the attention of: Divine Ihekwoaba
WC1H 8NG London
UNITED KINGDOM
Telephone: +44 2079744048
E-mail:
Internet address(es):
General address of the contracting authority: http://www.camden.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11485&B;=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11485&B;=LBCAMDEN
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)
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI11
The redevelopment of 25 and 37 Greenwood Place to provide a 3 228 m2 new resource and community centre for adult social care (use class D1) with associated outside space and garden.
45000000
Range: between 14 000 000 and 15 000 000 GBP
Section III: Legal, economic, financial and technical information
The contracting authority reserves the right to require deposits, guarantees or other forms of security.
In order to be considered those expressing an interest must have a minimum annual turnover of 30 000 000 GBP and a current ratio more than 0.6. These requirements are based on the risk status set by the Contracting Authority for this contract.
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with Cabinet Office ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
Minimum level(s) of standards possibly required: Please refer to the PQQ.
In order to be considered those expressing an interest must have a minimum annual turnover of 30 000 000 GBP and a current ratio more than 0.6. These requirements are based on the risk status set by the Contracting Authority for this contract.
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with OGC ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
In accordance with the information and formalities set out in Article 48 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 as set out in the pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Please refer to the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Responses to section H of the PQQ will be scored for those organisations expressing an interest and that pass the financial and other basic assessments and the highest scoring 5 organisations will be invited to tender, subject to at least this number passing the financial and other basic assessments.
Payable documents: no
Section VI: Complementary information
To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp
If you have not previously registered with us simply click on the New Supplier Link shown on this page and complete/submit the form. You will then receive an email quoting your unique system username and password which will enable you to access all the relevant documentation via the contract opportunities link on this page and also all future advertised contract exercises via this system. Further to item iv 1.2, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition. The Contracting Authority is not bound to accept the lowest or any tender and confirm that the issue of the Invitation to Tender or other tender documentation does not constitute any form of instruction. As such, the Contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders (or for the avoidance of doubt, PQQ‘s). Please note that all prices must be quoted in GBP. The Contracting Authority undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority‘s obligations under law, including the Freedom of Information Act 2000. However, this does not give any cast iron guarantees of confidentiality as circumstances (for example an FOIA request or a court order) may arise which require disclosure and are outside the control of the Contracting Authority. The deadline for receipt of expressions of interest shall be deemed to be met upon the receipt of a completed pre-qualification form via the Councils etendering system only. The Contracting Authority is committed to delivering social, economic and environmental benefits to its residents and local businesses. Bidders need to be aware that, should they be shortlisted, they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the Invitation to Tender and to pay the National or London living Wage to employees including their sub-contractors working on LB Camden contracts in accordance with the criteria set by the Living Wage Foundation. Tenderers should be aware that the Contracting Authority reserves the right to hold interviews during the tender process. These might be scored as part of the tender,in which case the relevant criteria will be specified in the Invitation to Tender documents. In keeping with the Contracting Authority's commitment to sustainability, please do not include any publicity material with your submission.Please note that TUPE will not apply.
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Internet address: http://www.cedr.com