Notice Information
Notice Title
The Avenue School, Brent- Temporary Accomodation
Notice Description
The proposed work requires the design and construction of three single storey modular temporary units to expand the Special Educational Needs School capacity to 28. The area of the proposed modular temporary buildings is 315m2. The modular temporary accommodation is required as early as possible for use in the autumn term 2019. The contractor will be responsible for all works associated with the modular building including but not limited to; design, manufacture and installation of the modular unit, structural / foundations works associated, drainage and service connections and external works. The successful contractor will be appointed on a D&B basis. The proposed form of contract is a JCT intermediate Building Contract with Design (ICD)2016 with standard DfE amendments. 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 (30% weighting) Part 3 - Pricing Schedule (70% weighting) Part 1 Pass Fail question 1.1 The estimated value of this contract is expected to be up to approximately PS540,000.00 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 PS1,080,000.00 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 25th April 2019, with tender returns due by 12 noon on 22nd May 2019. Expression of interest and responses to part 1 questions should be addressed to Barbara Dunsire (Barbara.Dunsire@Jacobs.com) by 12:00 noon on 25th April 2019.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-4a876d68-421b-4e54-833c-efb301ded8c1
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/1c951c90-4ecc-4357-af74-55edbde6fe84
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Limited
- Procurement Method Details
- Competitive quotation (below threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45214200 - Construction work for school buildings
Notice Value(s)
- Tender Value
- £540,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Apr 20196 years ago
- Submission Deadline
- 22 May 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 25 Jun 2019 - 11 Sep 2019 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- JACOBS U.K. 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
- MILTON KEYNES
- Postcode
- MK9 1BP
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ12 Milton Keynes
- Delivery Location
- Not specified
-
- Local Authority
- Milton Keynes
- Electoral Ward
- Central Milton Keynes
- Westminster Constituency
- Milton Keynes Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1c951c90-4ecc-4357-af74-55edbde6fe84
11th April 2019 - Opportunity notice on Contracts Finder
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-b5fd17-4a876d68-421b-4e54-833c-efb301ded8c1-2019-04-11T13:11:14+01:00",
"date": "2019-04-11T13:11:14+01:00",
"ocid": "ocds-b5fd17-4a876d68-421b-4e54-833c-efb301ded8c1",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "FS0574",
"title": "The Avenue School, Brent- Temporary Accomodation",
"description": "The proposed work requires the design and construction of three single storey modular temporary units to expand the Special Educational Needs School capacity to 28. The area of the proposed modular temporary buildings is 315m2. The modular temporary accommodation is required as early as possible for use in the autumn term 2019. The contractor will be responsible for all works associated with the modular building including but not limited to; design, manufacture and installation of the modular unit, structural / foundations works associated, drainage and service connections and external works. The successful contractor will be appointed on a D&B basis. The proposed form of contract is a JCT intermediate Building Contract with Design (ICD)2016 with standard DfE amendments. 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 (30% weighting) Part 3 - Pricing Schedule (70% weighting) Part 1 Pass Fail question 1.1 The estimated value of this contract is expected to be up to approximately PS540,000.00 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 PS1,080,000.00 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 25th April 2019, with tender returns due by 12 noon on 22nd May 2019. Expression of interest and responses to part 1 questions should be addressed to Barbara Dunsire (Barbara.Dunsire@Jacobs.com) by 12:00 noon on 25th April 2019.",
"datePublished": "2019-04-11T13:11:14+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45214200",
"description": "Construction work for school buildings"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "NW6 7BQ"
}
]
}
],
"minValue": {
"amount": 500000,
"currency": "GBP"
},
"value": {
"amount": 540000,
"currency": "GBP"
},
"procurementMethod": "limited",
"procurementMethodDetails": "Competitive quotation (below threshold)",
"tenderPeriod": {
"endDate": "2019-05-22T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2019-06-26T00:00:00+01:00",
"endDate": "2019-09-11T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1c951c90-4ecc-4357-af74-55edbde6fe84",
"datePublished": "2019-04-11T13:11:14+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
"name": "JACOBS U.K. LIMITED",
"identifier": {
"legalName": "JACOBS U.K. LIMITED",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/X94h99yk"
},
"address": {
"streetAddress": "1 Grafton Mews, The Pinnacle,, Midsummer Boulevard",
"locality": "Milton Keynes",
"postalCode": "MK9 1BP",
"countryName": "England"
},
"contactPoint": {
"name": "Brabara Dunsire",
"email": "barbara.dunsire@Jacobs.com",
"telephone": "01908 304219"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
"name": "JACOBS U.K. LIMITED"
}
}