Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Borough of Hounslow
Civic Centre, Lampton Road
For the attention of: Ms Angela Cochrane
TW3 4DN Hounslow
UNITED KINGDOM
Telephone: +44 2085835772
E-mail:
Internet address(es):
General address of the contracting authority: http://www.hounslow.gov.uk/
Further information can be obtained from: London Borough of Hounslow
Civic Centre, Lampton Road
For the attention of: Ms Angela Cochrane
TW3 4DN Hounslow
UNITED KINGDOM
Telephone: +44 2085835772
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Hounslow
Civic Centre, Lampton Road
For the attention of: Ms Angela Cochrane
TW3 4DN Hounslow
UNITED KINGDOM
Telephone: +44 2085835772
E-mail:
Tenders or requests to participate must be sent to: London Borough of Hounslow
Civic Centre, Lampton Road
For the attention of: Ms Angela Cochrane
TW3 4DN Hounslow
UNITED KINGDOM
Telephone: +44 2085835772
E-mail:
I.2)Type of the contracting authorityRegional or local authority
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:
Chiswick Community School.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
NUTS code UKI23
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)
The Scope of Work Comprises the procurement, Construction, commissioning and handover Design, Procure, Construct, Commission and Handover of a 2-storey classroom block extension to accommodate 11 number teaching classrooms, WCs, staff and administration space (Approximately 1 436 m2 GIA) and a separate extension to increase the dining hall and social facilities by 226 m2. In addition the works will also include minimal external works and localised landscaping works.
II.1.6)Common procurement vocabulary (CPV)45000000, 71220000, 45214200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
The Scope of Work Comprises the procurement, Construction, commissioning and handover Design, Procure, Construct, Commission and Handover of a 2-storey classroom block extension to accommodate 11 number teaching classrooms, WCs, staff and administration space (Approximately 1 436 m2 GIA) and a separate extension to increase the dining hall and social facilities by 226 m2. In addition the works will also include minimal external works and localised landscaping works.
Estimated value excluding VAT:
Range: between 5 500 000 and 6 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 14 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance Guarantee bonds, Parent Company Guarantees and warranties as set out in the Pre-Qualification document (PQQ).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim Payment conditions of the Contract will be as set out in the JCT Design and Build 2011 (DB 2011) Contract terms and conditions amended to 28 days payment from the due date.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Terms of the conditions of the Contract will be as set out in the invitation to tender documents. The Contract JCT Design and Build 2011 (DB 2011) will be amended by a set of conditions produced by the London Borough of Hounslow. The successful bidder will be required to take these on board without amendment.
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: Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification document (PQQ).
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification document (PQQ).
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification document (PQQ).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the Pre-Qualification document (PQQ).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification document (PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Evaluation of PQQ by scoring to reduce the number of operators to the required number.
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 contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate21.10.2015 - 13:00
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 tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
A Pre-qualification questionnaire (PQQ) will be issued to all contractors who respond to this notice. Expressions of interest should be addressed in writing and sent via email to the Council Corporate Procurement Unit. The responses will be used to assist in drawing up a list. The Council will not be responsible for any costs, changes or expenses incurred by Contractors and Tenderers relating to this Contract award. The completed PQQ should be returned to the Council by the date in IV.3.4.The Council reserves the right not to proceed with the Procurement and not to proceed with the award at any stage of the procurement process, and/or award only part or parts of the contract. The Council requires the Contractors to be Level 2 BIM Compliant,
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: London Borough of Hounslow - Corporate Procurement Unit.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:21.9.2015