Published date: 15 July 2019

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: 2 August 2019

Contract summary

Industry

  • Construction work for buildings relating to education and research - 45214000

Location of contract

N7 9NY

Value of contract

£800,000 to £900,000

Procurement reference

FS0652-Robert Blair

Published date

15 July 2019

Closing date

2 August 2019

Contract start date

30 September 2019

Contract end date

12 June 2020

Contract type

Service contract

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 and refurbishment of the annex building of Robert Blair primary school and the bridge walkway link. The proposed new build facility will accommodate 20 pupils and 10 staff.

The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the feasibility control option with a gross internal floor area of 291m2. The Principal Contractor will be appointed on a D&B basis and will be responsible for progressing any additional surveys deemed to be required, design development based on specifications and indicative feasibility design and preparing and submitting a planning application.
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 £900,000. 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 £1,800,000

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 02/08/19 with tender returns due by 12 noon on 30/08/19

Expression of interest and responses to part 1 questions should be addressed to Barbara Dunsire & Muhammed Nakedar at Jacobs (Barbara.Dunsire@Jacobs.com & Muhammed.Nakedar@Jacobs.com) by 12:00 noon on 30/07/19.


About the buyer

Contact name

Barbara Dunsire

Address

Second Floor, 1 Grafton Mews,
The Pinnacle, Midsummer Boulevard,
Milton Keynes
MK9 1BP
England

Telephone

01908304200

Email

Barbara.Dunsire@Jacobs.com