Section one: Contracting authority
one.1) Name and addresses
The Kenya High Commission UK
Kenya High Commission, 45 Portland Place
LONDON
W1B 1AS
Contact
The High Commissioner
Telephone
+44 2076362371
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.kenyahighcom.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43095
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.mytenders.co.uk/authority/library_view.aspx?ID=AA43095&Type=2
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
48 Connaught Drive Refurbishment
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Extension and renovation of a detached house in North London, UK
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
Main site or place of performance
48 Connaught Drive, Finchley N11 6BJ, London
two.2.4) Description of the procurement
1. The scope of works is for the alteration and refurbishment of the existing Kenyan High Commission Estate in London. The works shall be undertaken at 48 Connaught Drive, London, NW11 6BJ.
2. Interested tenderers should review and complete the pre-qualification requirements prior to submitting their tender, incompletion of this document may result in tender submission to be rejected.
3. Tenders shall be submitted both electronically and in hard copy in the Form of Tender, with the omission of one invalidating the submission. Electronic tender is to be submitted as per the e-communication tendering instruction and guidelines. The hardcopy returned physically in a sealed envelope to the mission’s tender box addressed to 45 Portland Place, Marylebone, London, W1B 1AS. Tender submitted should not be later than 10am GMT on 3rd June 2022, when the submission deadline automatically close. Any submission thereafter will not be considered.
4. Tenders submitted shall remain open for acceptance for 8 weeks.
5. Tendering procedures shall be in accordance with principles of JCT Practice Note 2012 and errors in tenders will be dealt with in accordance with Alternative 2 of the aforementioned practice note.
6. Tendering contractors should verify that the Tender Enquiry document is complete and without omissions.
7. No alterations, deletions or additions shall be made to the Tender Enquiry document without prior agreement in writing with the Contract Administrator.
8. Tender submissions shall incorporate, without limitation, the following information:
a. The Form of Tender duly completed and executed.
b. The Preliminaries and General Conditions document fully priced. Pricing shall have been checked mathematically.
c. Details on the individuals and key personnel, called for under the Preliminaries and General conditions document, who would be managing the Works and dealing with the commercial issues associated with procuring sub-contract packages together with their respective time allocation, split between Site and Contractor’s offices, for the duration of the Works.
d. A preliminary programme for the Works highlighting the Contractor's critical path for both procurement and construction of the Works. The programme shall incorporate information on the various sub-contract packages intended to be procured.
e. Company’s description and details (max. 1 page)
f. Sample of 3x similar projects completed on site within the last 5 years, including area, budget, location (1 page total for all three projects)
g. Reportable Health and Safety incidents within the last 5 years
h. Financial information on the company for the last three years with accompanying company accounts
i. The contractors’ insurance cover with certificates and renewal dates
9. Items left un-priced in the Tender Enquiry document will be deemed to have been allowed for elsewhere in the Contractor's tender pricing. Provisional Sums will not be accepted and shall be considered as a firm priced item.
10. Even on the basis that the tendering contractor meets the pre-qualification requirements, The Employer, his representative(s) or its Consultants, offer no guarantee that the lowest submitted tender will be accepted.
11. The Employer, his representative(s) or its Consultants, offer no guarantee that any of the tenders submitted will be accepted and under no circumstances the Employer, his representatives or its Consultants will be responsible for costs incurred by tendering contractors in connection with preparing the tender.
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Bidders shall be able to proof competence, resources, financial stability and prior experience, as per the "396_RE_CD_220420 Instructions to Tenderers - 48 Connaught Drive" document, and abstract listed below:
c. Details on the individuals and key personnel, called for under the Preliminaries and General conditions document, who would be managing the Works and dealing with the commercial issues associated with procuring sub-contract packages together with their respective time allocation, split between Site and Contractor’s offices, for the duration of the Works.
e. Company’s description and details (max. 1 page)
f. Sample of 3x similar projects completed on site within the last 5 years, including area, budget, location (1 page total for all three projects)
g. Reportable Health and Safety incidents within the last 5 years
h. Financial information on the company for the last three years with accompanying company accounts
i. The contractors’ insurance cover with certificates and renewal dates
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 June 2022
Local time
10:00am
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
Tender must be valid until: 29 July 2022
four.2.7) Conditions for opening of tenders
Date
3 June 2022
Local time
12:00pm
Place
45 Portland Place, Marylebone, London, W1B 1AS
Information about authorised persons and opening procedure
Tenders must be returned in both electronic and sealed printed hard copy delivered to the Buyer's address.
The Buyer will organise the opening of the tender in accordance with their protocols and procedures.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please refer to the full tender documentation and return as per instructions:
"48 Connaught Dr Tender Doc.zip"
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226063.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:226063)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit