Tender

The Avenue School, Brent- Temporary Accomodation

JACOBS U.K. LIMITED

This public procurement record has 1 release in its history.

Tender

11 Apr 2019 at 12:11

Summary of the contracting process

JACOBS U.K. LIMITED is seeking contractors for the tender titled "The Avenue School, Brent - Temporary Accommodation", aimed at expanding a Special Educational Needs School's capacity to 28 pupils through the design and construction of three modular temporary units. This project falls within the construction industry and is located in Brent, England. The tender is currently at the preparation stage, with tender documents available from 25th April 2019, and submissions due by 12 noon on 22nd May 2019. The estimated contract value is approximately £540,000, and a Design and Build (D&B) contract will be awarded based on competitive quotations. The successful contractor must have an annual turnover exceeding £1,080,000.

This opportunity presents significant potential for businesses, particularly those in the construction sector with expertise in modular building design and installation. Companies that can demonstrate the capacity for strategic project management and have the necessary financial credentials will be well-suited to compete. The requirement for a high turnover ensures that companies engaged in this tender are likely to have a solid track record and experience in managing similar projects, making this a promising opportunity for SMEs equipped to deliver construction works in a timely manner.

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

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.

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

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

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-b5fd17-4a876d68-421b-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"
    }
}