Section one: Contracting authority
one.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
Contact
Ms Rebecca McTier
rebecca.mctier@southwark.gov.uk
Telephone
+44 2075254808
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Construction of Beormund Primary School
Reference number
DN646458
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Construction works for the new Beormund SEMH (Social, Educational & Mental Health) Primary School comprising of a 2-storey timber framed building and associated external works including Multi-Use Games Area (MUGA) and forming a new Substation.
two.1.5) Estimated total value
Value excluding VAT: £13,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Beormund School, Crosby Row, London SE1 3PS
two.2.4) Description of the procurement
Construction works for the new Beormund SEMH (Social, Educational & Mental Health) Primary School comprising of a 2-storey timber framed building and associated external works including Multi-Use Games Area (MUGA) and forming a new Substation.
The works will be procured on a traditional single stage lump sum basis, using the JCT Standard Building Contract with Quantities (SBC/Q) with LB Southwark amendments.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £13,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
28 September 2023
End date
31 October 2024
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 April 2023
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 May 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice (High Court)
Strand
London
WC2A 2LL
Country
United Kingdom