Construction Tenders

Thu August 22 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jan 2024

Tender Details
Referenceocds-h6vhtk-042d0a
Common Procurement VocabularyBuilding rental or sale services
Procurement MethodOpen procedure
Value-
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 15th Jan 2024

Tender Details
Referenceocds-h6vhtk-042d0a
Common Procurement VocabularyBuilding rental or sale services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Lycee Francais Charles de Gaulle

35 Cromwell Road

London

SW7 2DG

Email

travaux [at] lyceefrancais.org.uk

Telephone

+44 2075846322

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

http://www.lyceefrancais.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA25527

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

http://mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://mytenders.co.uk

I.4) Type of the contracting authority

National or federal Agency/Office

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Temporary commercial kitchen

Reference number

15012024

II.1.2) Main CPV code

  • 70310000 - Building rental or sale services

II.1.3) Type of contract

Services

II.1.4) Short description

The school is planning a substantial refurbishment of their main kitchen in South Kensington for the year 2024-25 from which 2,500 meals are produced every day over one service (Monday to Friday - lunchtime only).

As the refurbishment plans only affect the hot kitchen, the remainder of the operation will be able to remain on site, namely starters, deserts, service and washing up.

During that time, part of the catering team will need rehousing to temporary premises in order to prepare main courses.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

The temporary kitchen must be located within a maximum of 45mn drive in normal traffic or approximately 6 miles radius from SW7 2DG.

II.2.4) Description of the procurement

The purpose of this tender is to find suitable temporary accommodation for our catering operations so to enable the Lycée to continue to deliver warm meals to pupils and staff throughout the works.

II.2.5) Award criteria

Quality criterion - Name: Meeting the requirements: minimum surface, ground floor, distance to school. / Weighting: 30%

Quality criterion - Name: Flexibility to adjust existing space to match the Contracting Authority’s operational requirements. Please provide floor proposed floor plans as DWG or PDF quoted files. / Weighting: 20%

Quality criterion - Name: References in similar projects (please describe) / Weighting: 10%

Price - Weighting: 40%

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

Start date

1 July 2024

End date

31 August 2025

This contract is subject to renewal

Yes

Description of renewals

On a roll on monthly basis subject to completion of the works on the main site.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Please describe any additional service that the company may offer on top of the basic lease and detail services which are included in the price (staff room, internet access, overnight parking, etc).

Please include option price in the price sheet provided as part of the tender documents.

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.1.2) 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.2.3) 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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

26 February 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

26 February 2024

Local time

2:00pm

Place

35 Cromwell Road, London SW7 2DG


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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=231120.

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:231120)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit