Notice Information
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.
Notice Details
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
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
- 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
-
https://www.contractsfinder.service.gov.uk/Notice/f28dd8a0-2738-4d32-a69f-4caea960494c
17th April 2019 - 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-b5fd17-95d4563c-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"
}
}