Tender

FS0352 Canary Wharf College- Refurbishment of 1 Selsdon Way

JACOBS U.K. LIMITED

This public procurement record has 2 releases in its history.

TenderAmendment

23 Apr 2021 at 15:16

Tender

23 Apr 2021 at 11:42

Summary of the contracting process

The procurement process is initiated by JACOBS U.K. LIMITED for the refurbishment project at 1 Selsdon Way, Canary Wharf College, falling under the construction industry category. With a tender value of £720,000 and a minimum contract value of £650,000, this open procedure is currently in the tender stage. The deadline for submissions is set for 17:00 on 7th May 2021, with the contract anticipated to commence on 28th June 2021 and run through to 14th February 2022. The project entails significant refurbishment works, aiming to enhance educational facilities within a multi-storey building.

This tender presents promising opportunities for construction firms, particularly those specialising in fit-out and refurbishment works, to establish or expand their footprint in the education sector. Businesses that are well-suited to compete should ideally possess relevant experience in similar projects, demonstrate robust financial stability (with an annual turnover of at least £1.3 million), and have the capacity to meet the qualitative criteria outlined in this procurement process. Engaging in this project could pave the way for future contracts in the public sector from a reputable buying organisation.

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

FS0352 Canary Wharf College- Refurbishment of 1 Selsdon Way

Notice Description

The site at 1 Selsdon Way was originally constructed as office accommodation in the late 1980s. It has 4 floors: Ground, first second and third and a plant room at roof level. Vertical circulation is via one main stair and one escape stair. There is also a lift. Over the four floors the building has a GIFA of 1,565m2 however the funded area of this project is 324m2. The works include the design and construction of a refurbishment of 1 Selsdon Way in line with the developed feasibility option which has been developed over a series of trust engagement meetings as a response to the brief, the Trusts Design and Access Statement Document and the site analysis. The key driver was to minimise disruption to existing space and optimise the potential for the trust to re-use spaces with minimal intervention. Features of the control option are as follows:- * Insertion of secure lobby at ground floor. * Retention of open plan space at ground floor. * Insertion of 3 no classrooms at first and 1 no classrooms second floor. * Retention of existing offices at first and second floor for SEN use. * WCs on all floors to be refurbished * There are no external works included in the proposal * M&E modifications to suit * New life safety systems to include fire alarm, smoke detection and emergency lighting. A 2-stage D&B procurement is proposed using JCT Intermediate Form with Contractors Design with DFE amendments and DfE Pre-Construction Services Agreement. Appointment of the contractor will be on the basis of; Qualitative assessment (70%) / Quantitative assessment (30%) Contractors wishing to receive the tender documentation should respond to Shuyu Pan by e-mail Shuyu.Pan@jacobs.com by 17.00 on 7th May 2021 with answers to the part 1 pass/fail questions. The tender response is formed of 3 parts. Part 1 Pass/Fail criteria listed in this notice, part 2 qualitative assessment (70% weighting) and Part 3 Quantitative assessment (30% weighting) Part 1 :Pass/Fail criteria 1. Annual turnover required to be not less than twice the estimated contract value so minimum PS1,300,000 2. If requested would you be able to provide a copy of the following o A copy of your audited accounts for the most recent two years o A statement of your turnover, profit and loss account and cashflow for the most recent year of trading. o A statement of your cashflow forecast for the current year and a bank letter outlining the current cash and credit position. o Alternative means of demonstrating financial status if trading for less than a year. Please answer Yes or No. Potential bidders who answer No will fail the ITT process. 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 fail the ITT process.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-95142309-1b2f-4423-9698-590d4dce6ca0
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ab01dcc6-ddfd-4cce-8110-b530da287e23
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
£720,000 £500K-£1M
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
27 Jun 2021 - 14 Feb 2022 6-12 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
LONDON
Postcode
SE1 2QG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-b5fd17-95142309-1b2f-4423-9698-590d4dce6ca0-2021-04-23T16:16:13+01:00",
    "date": "2021-04-23T16:16:13+01:00",
    "ocid": "ocds-b5fd17-95142309-1b2f-4423-9698-590d4dce6ca0",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "6APFS101",
        "title": "FS0352 Canary Wharf College- Refurbishment of 1 Selsdon Way",
        "description": "The site at 1 Selsdon Way was originally constructed as office accommodation in the late 1980s. It has 4 floors: Ground, first second and third and a plant room at roof level. Vertical circulation is via one main stair and one escape stair. There is also a lift. Over the four floors the building has a GIFA of 1,565m2 however the funded area of this project is 324m2. The works include the design and construction of a refurbishment of 1 Selsdon Way in line with the developed feasibility option which has been developed over a series of trust engagement meetings as a response to the brief, the Trusts Design and Access Statement Document and the site analysis. The key driver was to minimise disruption to existing space and optimise the potential for the trust to re-use spaces with minimal intervention. Features of the control option are as follows:- * Insertion of secure lobby at ground floor. * Retention of open plan space at ground floor. * Insertion of 3 no classrooms at first and 1 no classrooms second floor. * Retention of existing offices at first and second floor for SEN use. * WCs on all floors to be refurbished * There are no external works included in the proposal * M&E modifications to suit * New life safety systems to include fire alarm, smoke detection and emergency lighting. A 2-stage D&B procurement is proposed using JCT Intermediate Form with Contractors Design with DFE amendments and DfE Pre-Construction Services Agreement. Appointment of the contractor will be on the basis of; Qualitative assessment (70%) / Quantitative assessment (30%) Contractors wishing to receive the tender documentation should respond to Shuyu Pan by e-mail Shuyu.Pan@jacobs.com by 17.00 on 7th May 2021 with answers to the part 1 pass/fail questions. The tender response is formed of 3 parts. Part 1 Pass/Fail criteria listed in this notice, part 2 qualitative assessment (70% weighting) and Part 3 Quantitative assessment (30% weighting) Part 1 :Pass/Fail criteria 1. Annual turnover required to be not less than twice the estimated contract value so minimum PS1,300,000 2. If requested would you be able to provide a copy of the following o A copy of your audited accounts for the most recent two years o A statement of your turnover, profit and loss account and cashflow for the most recent year of trading. o A statement of your cashflow forecast for the current year and a bank letter outlining the current cash and credit position. o Alternative means of demonstrating financial status if trading for less than a year. Please answer Yes or No. Potential bidders who answer No will fail the ITT process. 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 fail the ITT process.",
        "datePublished": "2021-04-23T12:42:24+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "E14 9GL"
                    },
                    {
                        "postalCode": "E14 9GL"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 650000,
            "currency": "GBP"
        },
        "value": {
            "amount": 720000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-05-07T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-06-28T00:00:00+01:00",
            "endDate": "2022-02-14T23:59:59Z"
        },
        "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/ab01dcc6-ddfd-4cce-8110-b530da287e23",
                "datePublished": "2021-04-23T12:42:24+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2021-04-23T16:16:13+01:00"
            }
        ]
    },
    "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": "Cottons Centre, Cottons Lane,",
                "locality": "LONDON",
                "postalCode": "SE1 2QG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Shuyu Pan",
                "email": "Shuyu.Pan@jacobs.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
        "name": "JACOBS U.K. LIMITED"
    }
}