Tender

48 Connaught Drive Refurbishment

  • The Kenya High Commission UK

F02: Contract notice

Notice identifier: 2022/S 000-010575

Procurement identifier (OCID): ocds-h6vhtk-032fed

Published 25 April 2022, 11:54am



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

Email

info@kenyahighcom.org.uk

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

Email

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