Notice Information
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.
Notice Details
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
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
- 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
-
https://www.contractsfinder.service.gov.uk/Notice/ab01dcc6-ddfd-4cce-8110-b530da287e23
23rd April 2021 - 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-b5fd17-95142309-1b2f-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"
}
}