Tender

Ada Lovelace S278 Highway Works

MACE LIMITED

This public procurement record has 8 releases in its history.

TenderAmendment

01 Dec 2022 at 13:16

TenderAmendment

01 Dec 2022 at 12:45

Tender

01 Dec 2022 at 11:07

Planning

01 Dec 2022 at 10:43

Planning

28 Jun 2022 at 11:25

Planning

23 Jun 2022 at 11:09

Planning

23 Jun 2022 at 10:29

Planning

22 Jun 2022 at 15:31

Summary of the contracting process

The Department for Education is seeking a Highways Contractor for the construction of S278 Highway Works near Ada Lovelace School in North Ealing. The works involve footway resurfacing, carriageway surfacing, traffic light installation, and streetlighting along North Circular Road, London, with an estimated construction start in March/April 2023. The main contract is likely to be awarded in February 2023, focusing on SME enterprises experienced in similar projects.

This tender presents an opportunity for Highways Contractors specialising in road construction and infrastructure development to compete for the S278 Highway Works project. Suitable businesses with experience in traffic signal infrastructure, footway works, surfacing, and street lighting installations are encouraged to participate in the tender process for potential growth opportunities in the construction sector.

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

Ada Lovelace S278 Highway Works

Notice Description

The Department for Education requires a suitably experienced Highways Contractor to express their interest to tender for construction of S278 Highway Works to the A406 North Circular adjacent Ada Lovelace School, North Ealing. The S278 works are located at North Circular Road, London, W5 3AU. The S278 works are within the highway and are a combination of footway resurfacing works and carriageway surfacing works, with traffic light and streetlighting installation. The works in question involve the construction of the following: - Provision of traffic signal infrastructure - Dropped crossing arrangement and associated footway works - Carriageway surfacing works - Road markings - Road signs - Street lighting - Power Supply The Contractor will be responsible for the management and construction of the works along with engagement with TfL for the works to obtain any necessary permissions, road closures and/or specialist installation works by TfL. All technical approvals have been granted by TfL. TfL will be providing and installating the above ground signal equipment, however it will be the responsibility of the appointed Contractor to coordinate these works with TfL from a programme perspective. It is intended that the main contract be entered into circa February 2023 with the contracting authority considering that this being suitable for SME enterprises with experience on similar projects. It is estimated that construction works would commence in March/April 2023. At this stage, the tendering authority is looking to assess interest in the scheme via Contract Finder and compile a list of interested Contractors to be contacted as part of the formal procurement. The Contractor will likely be appointed using a JCT Design and Build for these works priced using works schedule. Appointment of 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 likely basis of the following split: Qualitative assessment 20% & Quantitative assessment 80%. Reference can be made to the link within this market notification for design drawings, specifications, surveys and PCI information. Fail criteria. All Contractors are required to submit complete pricing schedules for the works and may be excluded should insufficient detail be provided. All contractors must respond to any qualitative information. Should any Contractors score less than 50% in any one criteria they may be excluded from the ITT. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below. The ITT is expected to be issued 09.12.2022 with a return date of 13.01.2023. Appointment expected 29.01.2023.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7f51f89c-8c69-4287-ad11-5353c5aab093
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/cd9986ba-7388-4717-afd1-5987440afe69
Current Stage
Tender
All Stages
Planning, 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
£100,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Dec 20223 years ago
Submission Deadline
8 Dec 2022Expired
Future Notice Date
22 Jun 2022Expired
Award Date
Not specified
Contract Period
1 Feb 2023 - 30 Aug 2024 1-2 years
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-b5fd17-7f51f89c-8c69-4287-ad11-5353c5aab093-2022-12-01T13:16:57Z",
    "date": "2022-12-01T13:16:57Z",
    "ocid": "ocds-b5fd17-7f51f89c-8c69-4287-ad11-5353c5aab093",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2023-01-01T00:00:00Z",
                        "endDate": "2023-12-31T23:59:59Z"
                    },
                    "description": "2023/2023",
                    "amount": {
                        "amount": 60000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1bdc914f-2682-46da-b89f-b3cfb32c49f1",
                "datePublished": "2022-06-22T16:31:32+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-12-01T10:43:08Z"
            },
            {
                "id": "2",
                "documentType": "technicalSpecifications",
                "description": "Drawings Included for Information",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6fbc8f60-b58a-40e2-aeee-4b856440f79a",
                "format": "application/zip"
            },
            {
                "id": "3",
                "documentType": "technicalSpecifications",
                "description": "Project Technical Information",
                "url": "https://macegrouppublicsector.sharefile.com/d-s4c9cc2b418924d499228894cc35de1d4"
            }
        ]
    },
    "tender": {
        "id": "FS0403 - Ada Lovelace S278 Works",
        "title": "Ada Lovelace S278 Highway Works",
        "description": "The Department for Education requires a suitably experienced Highways Contractor to express their interest to tender for construction of S278 Highway Works to the A406 North Circular adjacent Ada Lovelace School, North Ealing. The S278 works are located at North Circular Road, London, W5 3AU. The S278 works are within the highway and are a combination of footway resurfacing works and carriageway surfacing works, with traffic light and streetlighting installation. The works in question involve the construction of the following: - Provision of traffic signal infrastructure - Dropped crossing arrangement and associated footway works - Carriageway surfacing works - Road markings - Road signs - Street lighting - Power Supply The Contractor will be responsible for the management and construction of the works along with engagement with TfL for the works to obtain any necessary permissions, road closures and/or specialist installation works by TfL. All technical approvals have been granted by TfL. TfL will be providing and installating the above ground signal equipment, however it will be the responsibility of the appointed Contractor to coordinate these works with TfL from a programme perspective. It is intended that the main contract be entered into circa February 2023 with the contracting authority considering that this being suitable for SME enterprises with experience on similar projects. It is estimated that construction works would commence in March/April 2023. At this stage, the tendering authority is looking to assess interest in the scheme via Contract Finder and compile a list of interested Contractors to be contacted as part of the formal procurement. The Contractor will likely be appointed using a JCT Design and Build for these works priced using works schedule. Appointment of 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 likely basis of the following split: Qualitative assessment 20% & Quantitative assessment 80%. Reference can be made to the link within this market notification for design drawings, specifications, surveys and PCI information. Fail criteria. All Contractors are required to submit complete pricing schedules for the works and may be excluded should insufficient detail be provided. All contractors must respond to any qualitative information. Should any Contractors score less than 50% in any one criteria they may be excluded from the ITT. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below. The ITT is expected to be issued 09.12.2022 with a return date of 13.01.2023. Appointment expected 29.01.2023.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    },
                    {
                        "postalCode": "W5 3AU"
                    }
                ]
            }
        ],
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "communication": {
            "futureNoticeDate": "2022-06-22T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-02-01T00:00:00Z",
            "endDate": "2024-08-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "datePublished": "2022-12-01T11:07:41Z",
        "tenderPeriod": {
            "endDate": "2022-12-08T12:00:00Z"
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/cd9986ba-7388-4717-afd1-5987440afe69",
                "datePublished": "2022-12-01T11:07:41Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-12-01T13:16:57Z"
            },
            {
                "id": "2",
                "documentType": "technicalSpecifications",
                "description": "Project Technical Information",
                "url": "https://macegrouppublicsector.sharefile.com/d-s4c9cc2b418924d499228894cc35de1d4"
            }
        ],
        "minValue": {
            "amount": 60000,
            "currency": "GBP"
        }
    },
    "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"
    }
}