Published date: 19 November 2021

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 3 December 2021, 5pm

Contract summary

Industry

  • Construction work - 45000000

Location of contract

N7 9LF

Value of contract

£2,500,000 to £2,700,000

Procurement reference

FS0652 - Hungerford Road Site

Published date

19 November 2021

Closing date

3 December 2021

Closing time

5pm

Contract start date

30 May 2022

Contract end date

9 December 2022

Contract type

Works

Procedure type

Competitive quotation (below threshold)

The buyer selects a group of potential suppliers to invite to tender.

This procedure can be used for procurements below the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The project involves the design and construction of a Special Educational Needs facility for the Bridge Satellite Trust. The facility will be provided by refurbishment of the western portion of the main building of Hungerford Road Primary School. The proposed new build facility floors will accommodate 40 pupils.

The building is Grade II listed and the Listed Building consent will be sought by Client prior to the procurement.

The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the four storey feasibility control option with a GIFA of 1,654m2 (733m2 for the dedicated SEN area and 921m2 for the shared area with mainstream school). The automated fire suppression system is required to be installed for the entire school of 3185m2. The contractor will be appointed on a D&B basis and will be responsible for progressing all surveys and design development based on specifications and indicative feasibility design.

This will be a two-stage procurement. The proposed form of contract is JCT ICD, with DfE standard amendments. Pre-construction services will be instructed using the DfE Pre-Construction Services Agreement (PCSA)

The tender response is formed of three parts. Part 1 must be completed by all bidders and Parts 2 and 3 by all bidders who pass part 1. Part 1 - Pass /Fail Criteria listed in this notice Part 2 - Technical Assessment (50% weighting) Part 3 - Pricing Schedule (50% weighting)

Part 1 Pass Fail question
1.1
The estimated value of this contract is expected to be up to approximately £2,700,000. In line with the Public Contracts Regulations 2015 the end user requires the annual turnover of potential bidders to be not less than twice the expected contract value.
Please confirm your annual turnover is in excess of £5,400,000.

Potential Bidders who answer 'No' will fail the ITT process.

1.2
If requested, would you be able to provide a copy of one of the following:
- A copy of your audited accounts for the most recent two years.
- A statement of your turnover, profit and loss account and cash flow for the most recent year of trading.
- A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
- Alternative means of demonstrating financial status if trading for less than a year

Potential Bidders who answer 'No' will fail the ITT process.

1.3
Of your top customers (ranked by turnover), what percentage of your total turnover does the highest ranked customer account for?

Potential Bidders who answer 76%-100% will result in automatically failing the ITT.


The tender documents will be available on 10th December 2021, with tender returns due by 12 noon on 28th January 2021.

Expression of interest and responses to part 1 questions should be addressed to Shuyu Pan at Jacobs (Shuyu.Pan@Jacobs.com) by 17:00 on 3rd December 2021.


About the buyer

Contact name

Shuyu Pan

Address

Cottons Centre Cottons Lane
LONDON
SE1 2QG
England

Email

shuyu.pan@jacobs.com