Planning

Stone Lodge Temporary Accommodation Procurement

AECOM LIMITED

This public procurement record has 1 release in its history.

Planning

04 Dec 2018 at 11:28

Summary of the contracting process

The procurement process titled "Stone Lodge Temporary Accommodation Procurement" is being conducted by AECOM LIMITED. This project falls within the construction work and real estate services industry categories and is located in Bristol, England. Currently, the procurement is in the planning stage, with an engagement end date of 14th December 2018. The scheme aims to provide temporary accommodation for a secondary school to serve 240 pupils, with the school expected to open in September 2019. The procurement method involves a local competitive approach, planning to engage a minimum of three tenderers, and will follow established ESFA procurement procedures with a two-stage Design and Build contract framework.

This tender presents significant opportunities for construction and modular building companies, especially those experienced in educational facility projects. Businesses that can fulfil the Pass/Fail criteria outlined in the procurement documents are encouraged to participate, as compliance will be essential for consideration. The successful contractor will be evaluated based on a qualitative and quantitative assessment split of 60% and 40%, respectively, highlighting the importance of both quality and price in the bidding process. Firms looking to expand their portfolio in the public sector can benefit from this project, making it an attractive opportunity for growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Stone Lodge Temporary Accommodation Procurement

Notice Description

The scheme is to provide a temporary secondary school, consisting of a 4 FE mainstream secondary school for a total of 240 pupils over two years, this includes the accommodation and any facilities required, with the school opening from September 2019. The intention is to provide the temporary accommodation required by Stone Lodge Academy using modular buildings. The project will be procured via a local competitive procurement approach with a minimum of 3 tenderers. The project will follow established ESFA procurement procedures and utilise the standard suite of documents for procurement and shall not derogate from such documents. The procurement route will be: * Two Stage D&B (JCT with EFSA Amendments), including PCSA. The Procuring Party confirms that the procurement documents will be prepared in line with the procurement strategy, these include: * ITT, including draft D&B contract with derogations agreed by ESFA * PCSA * Employers Requirements, this will be commenced when the project is approved to the next stage. The appointment of the contractor will be on the basis of the criteria to be published in the tender documents, and the contract will be awarded on the basis of the following split: Qualitative assessment [60%] / Quantitative assessment [40%]. Contract Start date: PCSA - February 2019/Main Contract - June 2019. Contract End Date: September 2019 Contractors wishing to receive the tender documentation for this project should respond to Ridge & Partners at the email address below. Please review the below Pass/Fail Questions, make sure you can satisfy the following criteria prior to responding to the advertisement. Pass/Fail Questions: Please Note: The following questions are Pass/Fail, therefore if a Tenderer cannot or is unwilling to answer 'Yes', their Tender will be deemed non-compliant and they will be unable to be considered for this requirement. The Tenderer should confirm by deleting the appropriate answer. 1.1a Can a PDF copy of the Employers Liability insurance certificate be submitted? Yes/No 1.1b Can a PDF copy of the Professional Indemnity insurance certificate be submitted? Yes/No 1.1c Can a PDF copy of the Public Liability insurance certificate be submitted? Yes/No 1.4 Has a list of offices from which the commission will be delivered been submitted? Yes/No 1.5 Does the tenderer accept the Form of Contract? Yes/No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2865fc85-188e-457f-8675-d34101481521
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0fea9ea9-cac8-4f28-9d1a-e03bf8e5d447
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

70 - Real estate services


CPV Codes

45000000 - Construction work

70000000 - Real estate services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 20187 years ago
Submission Deadline
Not specified
Future Notice Date
14 Dec 2018Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
AECOM LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS20 0DD
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK6 North Somerset, Somerset and Dorset
Small Region (ITL 3)
TLK61 North Somerset
Delivery Location
Not specified

Local Authority
North Somerset
Electoral Ward
Pill
Westminster Constituency
North Somerset

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-2865fc85-188e-457f-8675-d34101481521-2018-12-04T11:28:26Z",
    "date": "2018-12-04T11:28:26Z",
    "ocid": "ocds-b5fd17-2865fc85-188e-457f-8675-d34101481521",
    "language": "en",
    "initiationType": "tender",
    "title": "Stone Lodge Temporary Accommodation Procurement",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2018-12-14T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/0fea9ea9-cac8-4f28-9d1a-e03bf8e5d447",
                "datePublished": "2018-12-04T11:28:26Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "Stone Lodge Temporary Accommodation Procurement",
        "title": "Stone Lodge Temporary Accommodation Procurement",
        "description": "The scheme is to provide a temporary secondary school, consisting of a 4 FE mainstream secondary school for a total of 240 pupils over two years, this includes the accommodation and any facilities required, with the school opening from September 2019. The intention is to provide the temporary accommodation required by Stone Lodge Academy using modular buildings. The project will be procured via a local competitive procurement approach with a minimum of 3 tenderers. The project will follow established ESFA procurement procedures and utilise the standard suite of documents for procurement and shall not derogate from such documents. The procurement route will be: * Two Stage D&B (JCT with EFSA Amendments), including PCSA. The Procuring Party confirms that the procurement documents will be prepared in line with the procurement strategy, these include: * ITT, including draft D&B contract with derogations agreed by ESFA * PCSA * Employers Requirements, this will be commenced when the project is approved to the next stage. The appointment of the contractor will be on the basis of the criteria to be published in the tender documents, and the contract will be awarded on the basis of the following split: Qualitative assessment [60%] / Quantitative assessment [40%]. Contract Start date: PCSA - February 2019/Main Contract - June 2019. Contract End Date: September 2019 Contractors wishing to receive the tender documentation for this project should respond to Ridge & Partners at the email address below. Please review the below Pass/Fail Questions, make sure you can satisfy the following criteria prior to responding to the advertisement. Pass/Fail Questions: Please Note: The following questions are Pass/Fail, therefore if a Tenderer cannot or is unwilling to answer 'Yes', their Tender will be deemed non-compliant and they will be unable to be considered for this requirement. The Tenderer should confirm by deleting the appropriate answer. 1.1a Can a PDF copy of the Employers Liability insurance certificate be submitted? Yes/No 1.1b Can a PDF copy of the Professional Indemnity insurance certificate be submitted? Yes/No 1.1c Can a PDF copy of the Public Liability insurance certificate be submitted? Yes/No 1.4 Has a list of offices from which the commission will be delivered been submitted? Yes/No 1.5 Does the tenderer accept the Form of Contract? Yes/No",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "70000000",
                "description": "Real estate services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "DA26BP"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/9jD8RyC9",
            "name": "AECOM LIMITED",
            "identifier": {
                "legalName": "AECOM LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/9jD8RyC9"
            },
            "address": {
                "streetAddress": "65 Macrae Road",
                "locality": "Bristol",
                "postalCode": "BS200DD",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "James Weaver (Ridge &Partners)",
                "email": "jweaver@ridge.co.uk",
                "telephone": "07378879076"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/9jD8RyC9",
        "name": "AECOM LIMITED"
    }
}