Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LONDON BOROUGH OF HARINGEY
Civic Centre,High Road, Wood Green
LONDON
N228LE
UK
Contact person: Nana Penseh
E-mail: nana.penseh@haringey.gov.uk
NUTS: UKI43
Internet address(es)
Main address: https://www.haringey.gov.uk
Address of the buyer profile: https://www.haringey.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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 sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Broad Water Farm (BWF) - Moselle - New Build Development
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.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.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKI43
Main site or place of performance:
Broad Water Farm - London Borough of Haringey
II.2.4) Description of the procurement
As set out in the tender pack.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: No
II.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
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the tender pack
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/02/2024
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/02/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
11/12/2023