Tender

Trinity Academy Temporary Secondary School For Modular Temporary Accommodation

JACOBS U.K. LIMITED

This public procurement record has 1 release in its history.

Tender

17 Apr 2019 at 13:46

Summary of the contracting process

The procurement process is led by Jacobs U.K. Limited, seeking tenders for the project titled “Trinity Academy Temporary Secondary School For Modular Temporary Accommodation.” This initiative falls under the construction industry and specifically targets modular and portable buildings, with an estimated contract value of £470,000. The tender is currently in the open stage, with submissions due by 12:00 noon on 1st May 2019. The project requires the installation of six temporary modular classroom units at Millpond Primary School in Bristol, with the contract intended to start on 15th July 2019 and run until 31st August 2021.

This tender presents a significant opportunity for businesses in the construction and modular building sectors. Companies that specialise in the design, construction, and installation of modular structures, particularly those with a good financial standing and relevant experience, would be well-suited to compete. The requirement for qualitative and quantitative assessments indicates that bidders must demonstrate their capability to manage similar projects successfully, which can lead to further growth opportunities in the public sector. Interested contenders should contact Anne McDonald at Jacobs for further details and to express their interest.

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

Trinity Academy Temporary Secondary School For Modular Temporary Accommodation

Notice Description

The project requires a total of 6 temporary modular classroom units. One classroom unit will be required for 2 years for primary school use and will be located on the existing playground with an option to either provide a new/refurbished single classroom unit for hire or the relocation of an existing Portakabin twin classroom unit currently sited at Millpond Primary School in Bristol. The other 5 classroom units will be required from year 2 (2020), for one year and located adjacent to existing modular units on soft play area. Works to include connection of all services and remediation works following the end of the hire period. The proposed procurement is single stage D&B based on a scope of works and planning stage drawings. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design and coordination prior to construction. Appointment of contractor will be based on the criteria to be published in the tender documents, and the contract will be awarded based on the following split: Qualitative assessment [40%] Quantitative assessment [60%]. Pass/Fail criteria: 1.1 Annual turnover required to be not less than twice the estimated contract value so minimum PS940,000.00 per year. Please answer Yes or No. 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 2 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 Please answer Yes or No. Potential Bidders who answer 'No' will fail the ITT process. 1.2 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. Expression of interest and responses to the pass/fail questions above should be addressed to Anne McDonald (Anne.McDonald@jacobs.com) by 12.00 noon on the 1st May 2019.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-95d4563c-df19-4ec4-a300-49d7c40b09b6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f28dd8a0-2738-4d32-a69f-4caea960494c
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 (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

44211100 - Modular and portable buildings

45210000 - Building construction work

Notice Value(s)

Tender Value
£470,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Apr 20196 years ago
Submission Deadline
1 May 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
14 Jul 2019 - 31 Aug 2021 2-3 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
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
MANCHESTER
Postcode
M15 4GU
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD33 Manchester
Delivery Location
Not specified

Local Authority
Manchester
Electoral Ward
Deansgate
Westminster Constituency
Manchester 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-b5fd17-95d4563c-df19-4ec4-a300-49d7c40b09b6-2019-04-17T14:46:19+01:00",
    "date": "2019-04-17T14:46:19+01:00",
    "ocid": "ocds-b5fd17-95d4563c-df19-4ec4-a300-49d7c40b09b6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "FS0643-a",
        "title": "Trinity Academy Temporary Secondary School For Modular Temporary Accommodation",
        "description": "The project requires a total of 6 temporary modular classroom units. One classroom unit will be required for 2 years for primary school use and will be located on the existing playground with an option to either provide a new/refurbished single classroom unit for hire or the relocation of an existing Portakabin twin classroom unit currently sited at Millpond Primary School in Bristol. The other 5 classroom units will be required from year 2 (2020), for one year and located adjacent to existing modular units on soft play area. Works to include connection of all services and remediation works following the end of the hire period. The proposed procurement is single stage D&B based on a scope of works and planning stage drawings. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design and coordination prior to construction. Appointment of contractor will be based on the criteria to be published in the tender documents, and the contract will be awarded based on the following split: Qualitative assessment [40%] Quantitative assessment [60%]. Pass/Fail criteria: 1.1 Annual turnover required to be not less than twice the estimated contract value so minimum PS940,000.00 per year. Please answer Yes or No. 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 2 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 Please answer Yes or No. Potential Bidders who answer 'No' will fail the ITT process. 1.2 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. Expression of interest and responses to the pass/fail questions above should be addressed to Anne McDonald (Anne.McDonald@jacobs.com) by 12.00 noon on the 1st May 2019.",
        "datePublished": "2019-04-17T14:46:19+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "44211100",
            "description": "Modular and portable buildings"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "45210000",
                "description": "Building construction work"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS7 9BY"
                    }
                ]
            }
        ],
        "value": {
            "amount": 470000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-05-01T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-07-15T00:00:00+01:00",
            "endDate": "2021-08-31T23:59:59+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/f28dd8a0-2738-4d32-a69f-4caea960494c",
                "datePublished": "2019-04-17T14:46:19+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": "Jacobs, 5 First Street",
                "locality": "Manchester",
                "postalCode": "M15 4GU",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Anne McDonald",
                "email": "Anne.McDonald@jacobs.com",
                "telephone": "01612357756"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
        "name": "JACOBS U.K. LIMITED"
    }
}