Tender

Refurbishment of the French Institute's Language Centre in London

  • Embassy of France in the UK

F02: Contract notice

Notice identifier: 2023/S 000-020161

Procurement identifier (OCID): ocds-h6vhtk-03e1a6

Published 13 July 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Embassy of France in the UK

58 Knightsbridge

London

SW1X 7JT

Contact

Guillaume Faivre

Email

guillaume.faivre@diplomatie.gouv.fr

Telephone

+44 2070731002

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.diplomatie.gouv.fr/en/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2347635&orgAcronyme=c8v

Additional information can be obtained from another address:

Embassy of France in the UK

58 Knightsbridge

London

SW1X 7JT

Contact

Guillaume Faivre

Email

guillaume.faivre@diplomatie.gouv.fr

Telephone

+44 2070731002

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.diplomatie.gouv.fr/en/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Foreign public body governed by foreign public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Refurbishment of the French Institute's Language Centre in London

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

All trades building works, including 1/ structural alteration and installation of new internal lift and external platform lift 2/ upgrade or replacement of fire doors 3/ partition remodeling works, and all M&E associated works.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Within a building of circa 1500 m²: demolition and installation of an external platform lift and internal platform lift; upgrades/replacement of the existing fire doors so that achieve the required standard; Demolition and remodelling works to the basement, ground and first floor including relocation of the main entrance and new WC; remodelling and redecoration of the circulation corridors to all levels; creation of a number of new feature spaces and teaching spaces at the rear of the building.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

11

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

1.experience in building projects similar in nature and size

2.adequate turnover

3.adequate firm size

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See contract description

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Refer to Pre Qualification Questionnaire.


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

1.experience in building projects similar in nature and size

2.adequate turnover

3.adequate firm size

three.1.2) Economic and financial standing

List and brief description of selection criteria

Annual turnover equal to 5 times the contract estimated value

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

Restricted 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

14 August 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 September 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

Tender must be valid until: 31 December 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://invictus-inport.com/delta/viewNotice.html?noticeId=795302914" target="_blank">https://invictus-inport.com/delta/viewNotice.html?noticeId=795302914

GO Reference: GO-2023713-PRO-23399597

six.4) Procedures for review

six.4.1) Review body

Embassy of France in the UK

58 Knightsbridge

London

SW1X 7JT

Country

United Kingdom