Tender

HATO Drainage and Roof Replacement

MACE LIMITED

This public procurement record has 1 release in its history.

Tender

23 Apr 2021 at 11:15

Summary of the contracting process

The procurement process involves MACE Limited, acting as the buying organisation, for the "HATO Drainage and Roof Replacement" project located in Tottenham, London. This project falls under the construction industry category, with a total estimated value of £2,500,000, and aims to replace the roofing and drainage system of Harris Academy Tottenham (HATO) with works scheduled to commence by 27 July 2021 and conclude by 1 September 2021. The procurement method being utilised is an open procedure, with the tender period closing on 7 May 2021 for submissions, including a requirement for a Pre-Qualification Questionnaire (PQQ).

This tender presents significant opportunities for small and medium-sized enterprises (SMEs) and roofing specialists, particularly those experienced in renovation projects within operational school environments. Businesses that can manage design and build contracts, adhere to health and safety regulations, and effectively carry out works during holiday periods will be well-positioned to compete. The project demands contractors who can demonstrate their capability in maintaining educational settings while ensuring quality and timely delivery, making it an ideal opportunity for firms looking to expand their presence in the public sector construction market.

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

HATO Drainage and Roof Replacement

Notice Description

Harris Academy Tottenham is an academy school providing education for pupils between Reception and Sixth Form. The existing above ground rainwater drainage at HATO is routed internal to the building envelope, and encased within the main columns. This drainage has been subject to severe defects throughout the building. In addition to the poor state of the rainwater goods, the profiled steel roof sheets are approaching 30 years old and are showing signs of their age. The current proposal is for a new roof to be installed with new accompanying rainwater goods being designed and constructed external to the building. An access system for maintenance will be built into the design to enable the school to maintain the system going forward. The size of the roof to be replaced is ~3500m2. The school is fully occupied with no spare teaching space and limited external play space. It is currently proposed that all works be undertaken during holiday periods, with limited works undertaken during term time. This scheme is best suited to SMEs and roofing specialists with a demonstrated ability to undertake schemes within live environments, notably within the education sector. The Contractor will be responsible for developing, agreeing and finalising the design following CEMs. Contractors will be required to: - Undertake D&B of new roofing system - Undertake D&B of above ground drainage and below ground drainage connections - Lead the scheme through planning applications and approvals from Local Authorities (Thames Water, Haringey Council Local Planning Authority etc.) - Manage temporary/enabling works within an operational school - Have a demonstrated capability of replacing roofs within operational environments - Have a demonstrated history of managing HS&W - Have a demonstrated capability for managing client expectations and meeting deadlines The works will be contracted out via a single stage D&B contract. An appropriate Principal Contractor will be appointed under a PCSA to develop the design, manage any planning applications and inform a fixed price for the works. The scheme is to use JCT Design and Build Contract 2016 Edition with PCSA. Responses to the ITT will be judged against the evaluation criteria set out within the ITT documentation. The contract will be awarded on the basis of a Qualitative 60% & Quantitative assessment 40%. Should a bid score less than 40% for Quality, this will be grounds for exclusion. The target programme is to have all works concluded by the start of Sept 2023. Contractors are to develop their programmes to undertake the works within holiday shut down periods. A completed PQQ (attached) is to be emailed to Chris Bullough from all those interested in the scheme by no later than 14th May 2021. Attached is further information regarding the scheme. Contractors wishing to receive the ITT should respond to Chris Bullough at the email address below by 7th May 2021.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7117e172-a8e2-4ad9-915a-3d81ae2af3d4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f27e13d0-8f08-4f6b-b619-c45f7638b25b
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Apr 20214 years ago
Submission Deadline
7 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
26 Jul 2021 - 1 Sep 2021 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
MACE 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
LONDON
Postcode
EC2M 6XB
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
City of London
Electoral Ward
Coleman Street
Westminster Constituency
Cities of London and Westminster

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-b5fd17-7117e172-a8e2-4ad9-915a-3d81ae2af3d4-2021-04-23T12:15:15+01:00",
    "date": "2021-04-23T12:15:15+01:00",
    "ocid": "ocds-b5fd17-7117e172-a8e2-4ad9-915a-3d81ae2af3d4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HATO",
        "title": "HATO Drainage and Roof Replacement",
        "description": "Harris Academy Tottenham is an academy school providing education for pupils between Reception and Sixth Form. The existing above ground rainwater drainage at HATO is routed internal to the building envelope, and encased within the main columns. This drainage has been subject to severe defects throughout the building. In addition to the poor state of the rainwater goods, the profiled steel roof sheets are approaching 30 years old and are showing signs of their age. The current proposal is for a new roof to be installed with new accompanying rainwater goods being designed and constructed external to the building. An access system for maintenance will be built into the design to enable the school to maintain the system going forward. The size of the roof to be replaced is ~3500m2. The school is fully occupied with no spare teaching space and limited external play space. It is currently proposed that all works be undertaken during holiday periods, with limited works undertaken during term time. This scheme is best suited to SMEs and roofing specialists with a demonstrated ability to undertake schemes within live environments, notably within the education sector. The Contractor will be responsible for developing, agreeing and finalising the design following CEMs. Contractors will be required to: - Undertake D&B of new roofing system - Undertake D&B of above ground drainage and below ground drainage connections - Lead the scheme through planning applications and approvals from Local Authorities (Thames Water, Haringey Council Local Planning Authority etc.) - Manage temporary/enabling works within an operational school - Have a demonstrated capability of replacing roofs within operational environments - Have a demonstrated history of managing HS&W - Have a demonstrated capability for managing client expectations and meeting deadlines The works will be contracted out via a single stage D&B contract. An appropriate Principal Contractor will be appointed under a PCSA to develop the design, manage any planning applications and inform a fixed price for the works. The scheme is to use JCT Design and Build Contract 2016 Edition with PCSA. Responses to the ITT will be judged against the evaluation criteria set out within the ITT documentation. The contract will be awarded on the basis of a Qualitative 60% & Quantitative assessment 40%. Should a bid score less than 40% for Quality, this will be grounds for exclusion. The target programme is to have all works concluded by the start of Sept 2023. Contractors are to develop their programmes to undertake the works within holiday shut down periods. A completed PQQ (attached) is to be emailed to Chris Bullough from all those interested in the scheme by no later than 14th May 2021. Attached is further information regarding the scheme. Contractors wishing to receive the ITT should respond to Chris Bullough at the email address below by 7th May 2021.",
        "datePublished": "2021-04-23T12:15:15+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "N17 9LN"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-05-07T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-07-27T00:00:00+01:00",
            "endDate": "2021-09-01T23:59:59+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/f27e13d0-8f08-4f6b-b619-c45f7638b25b",
                "datePublished": "2021-04-23T12:15:15+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Pre-Qualification Questionnaire",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d87b5ca1-512b-451d-ad2d-709f8d8367a4",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "feasibilityStudy",
                "description": "HATO Feasibility Study",
                "url": "https://macegrouppublicsector.sharefile.com/d-s6de55368b8264334b40e1945b4260d53"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tFz57362",
            "name": "MACE LIMITED",
            "identifier": {
                "legalName": "MACE LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/tFz57362"
            },
            "address": {
                "streetAddress": "Moorgate Hall,155 Moorgate",
                "locality": "LONDON",
                "postalCode": "EC2M6XB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Chris Bullough",
                "email": "chris.bullough@macegroup.com",
                "telephone": "07810718140"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tFz57362",
        "name": "MACE LIMITED"
    }
}