Notice Information
Notice Title
48 Connaught Drive Refurbishment
Notice Description
Extension and renovation of a detached house in North London, UK
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032fed
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010575-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Apr 20223 years ago
- Submission Deadline
- 3 Jun 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE KENYA HIGH COMMISSION UK
- Contact Name
- The High Commissioner
- Contact Email
- info@kenyahighcom.org.uk
- Contact Phone
- +44 2076362371
Buyer Location
- Locality
- LONDON
- Postcode
- W1B 1AS
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI71 Barnet
-
- Local Authority
- Westminster
- Electoral Ward
- Marylebone
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-032fed-2022-04-25T11:54:11+01:00",
"date": "2022-04-25T11:54:11+01:00",
"ocid": "ocds-h6vhtk-032fed",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-032fed",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "48 Connaught Drive Refurbishment",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Extension and renovation of a detached house in North London, UK",
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 270
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKI71"
}
],
"deliveryLocation": {
"description": "48 Connaught Drive, Finchley N11 6BJ, London"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-06-03T10:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-07-29T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2022-06-03T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-06-03T12:00:00+01:00",
"address": {
"streetAddress": "45 Portland Place, Marylebone, London, W1B 1AS"
},
"description": "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."
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-50869",
"name": "The Kenya High Commission UK",
"identifier": {
"legalName": "The Kenya High Commission UK"
},
"address": {
"streetAddress": "Kenya High Commission, 45 Portland Place",
"locality": "LONDON",
"region": "UKJ",
"postalCode": "W1B 1AS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "The High Commissioner",
"telephone": "+44 2076362371",
"email": "info@kenyahighcom.org.uk",
"url": "https://www.mytenders.co.uk/authority/library_view.aspx?ID=AA43095&Type=2"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.kenyahighcom.org.uk/",
"buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43095",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
}
],
"buyer": {
"id": "GB-FTS-50869",
"name": "The Kenya High Commission UK"
},
"language": "en"
}