Tender

Broad Water Farm (BWF) - Moselle - New Build Development

  • LONDON BOROUGH OF HARINGEY

F02: Contract notice

Notice identifier: 2023/S 000-036342

Procurement identifier (OCID): ocds-h6vhtk-042319

Published 11 December 2023, 11:14am



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF HARINGEY

Civic Centre,High Road, Wood Green

LONDON

N228LE

Contact

Nana Penseh

Email

nana.penseh@haringey.gov.uk

Country

United Kingdom

Region code

UKI43 - Haringey and Islington

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.haringey.gov.uk

Buyer's address

https://www.haringey.gov.uk

one.3) Communication

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

https://s2c.waxdigital.co.uk/ProcurementLBHaringey/DisplayModules/TradeModules/Negotiations/Sourcing/DocumentMain.aspx?ProjectId=22201&DocumentId=22202&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s2c.waxdigital.co.uk/ProcurementLBHaringey/DisplayModules/TradeModules/Negotiations/Sourcing/DocumentMain.aspx?ProjectId=22201&DocumentId=22202&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f

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

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

Broad Water Farm (BWF) - Moselle - New Build Development

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The scheme is in relation to the redevelopment of the former Moselle school site consisting of the Design and Construction of a forty-unit development with associated commercial, ancillary and external spaces. The scheme comprises of 4 3B6P town houses and 36 flats with a mix of 13 1B2P, 4 2B3P, 9 2B4P, 5 3B5P, and 5 3B6P.

Included in the scheme is the provision of associated amenity space, cycle and refuse/recycling stores, a commercial space and the reconfiguration of the adjoining school's car park and play space.

The current site is the former Moselle school site that has been demolished and cleared.

The scheme is phase 1 of the wider Broadwater Farm estates new homes programme to deliver 294 replacement and new homes. Each of the remaining 3 phases following Moselle will be detailed designed and tendered as individual contracts.

The existing design within the Moselle tender package has been developed during stage 4 for tendering purposes but did not achieve a completed stage 4 design. The tendering contractors should review the documents, drawings, schedules, and relevant information contained in appendix B of part 2 of the ITT titled known areas of required coordination.

The contractor is to make all necessary cost, time and required provisions for the future co-ordination and development as necessary to conclude the design as required as a part of the appointment and entering into contract.

Full details of the requirements can be found in the tender documents.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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
    • IA01 - Design and construction

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Broad Water Farm - London Borough of Haringey

two.2.4) Description of the procurement

As set out in the tender pack.

two.2.5) Award criteria

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

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

Duration in months

15

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As set out in the tender pack

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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 set out in the tender pack

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.2.2) Contract performance conditions

As set out in the tender pack


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

1 February 2024

Local time

1:00pm

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

23 February 2024

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: 6 (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

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom