Tender

Construction of Beormund Primary School

  • London Borough of Southwark

F02: Contract notice

Notice identifier: 2023/S 000-007522

Procurement identifier (OCID): ocds-h6vhtk-03b303

Published 15 March 2023, 12:29pm



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

Email

rebecca.mctier@southwark.gov.uk

Telephone

+44 2075254808

Country

United Kingdom

Region code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

http://www.southwark.gov.uk

Buyer's address

http://www.southwark.gov.uk

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