Planning

Grove Academy Phase 3- Modular Temporary Accommodation

MACE LIMITED

This public procurement record has 1 release in its history.

Planning

18 Feb 2019 at 12:16

Summary of the contracting process

The procurement process involves MACE Limited, acting on behalf of the Department for Education (DfE), seeking contractors for the "Grove Academy Phase 3 - Modular Temporary Accommodation" project in Slough. This initiative falls under the architectural, construction, engineering, and inspection services industry and has a budget of £600,000. The procurement is currently in the planning stage, with key tasks including the sourcing of a suitable contractor for the delivery of six modular classrooms. The planned contract period is set from 5 July 2019 to 30 August 2019, and interested vendors should respond by 5 March 2019 to obtain the tender documentation via email.

This tender presents significant growth opportunities for small and medium enterprises (SMEs) in the construction sector, especially those with experience in modular builds and educational facilities. Contractors capable of fulfilling the requirements outlined, such as development and management of planning applications and coordinating refurbishment works, stand to benefit. The competitive selection process involves both qualitative and quantitative assessments, which marks it as a favourable opportunity for firms looking to expand their portfolio in public sector contracts.

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

Grove Academy Phase 3- Modular Temporary Accommodation

Notice Description

The Department for Education (DfE) requires a suitably experienced Contractor for the delivery of 6no. modular teaching classrooms, external play and minor internal refurbishment for 180no Secondary school aged pupils at Grove Academy, Slough. The successful contractor will need to provide 3no. single storey double classroom modular temporary accommodation units comprising of 6no. classrooms, stores and toilets. These are to be delivered in the summer of 2019 for occupation between September 2019 and July 2020. Removal of the temporary accommodation by the contractor will be required, with removal expected in the summer of 2020. In addition to the teaching accommodation an area of external play should be provided and enclosed by a secure fence line. Minor refurbishment works of an existing lobby will also be required to improve the link between the newly created teaching area and the school. The procurement route for this project will be a two stage tender. The successful Contractor will be required to enter into a Pre-Construction Services Agreement (PCSA) to develop Contractor's Proposals and planning. The successful contractor must be capable of developing and submitting a Planning Application, including discharge of planning conditions, for the proposals. The successful contractor will then be appointed under a JCT Intermediate Building Contract 2016 Edition, with contractor's design with DfE amendments. The successful contractor will be expected to deliver the full scope of works (groundwork's, delivery, installations/fitout, service connections, removal of temporary accommodation) including the submission and management of the planning application. The school will manage the loose FF&E order/installations and the active ICT equipment/hardware but passive infrastructure should be delivered by the Contractor. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Applicant contractors will be required to pass a pass/fail criteria at the point of tender submission to evaluate their suitability for the scheme before being considered for this scheme. These criteria include but are not necessarily limited to: * Convictions of criminal offences (organisation, directors or partners). * Tax or social security obligation breaches. * Agreement to the terms of the PCSA, JCT ICD Contract with Employer's amendments and confirmation that proposals meet the technical and contractual requirements of the project. * Bankruptcy, grave professional misconduct, distortion, serious misrepresentation in supplying information. 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 following split: Qualitative assessment 40% / Quantitative assessment 60%. To receive the tender documentation for this project, tenderers should respond to lauren.scoltock@macegroup.com.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-9cd109e8-a51a-41d1-8f79-c3ccf0e21829
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/367cc015-c276-4c7e-be06-bddf5d9f17d9
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Direct
Procurement Method Details
Single tender action (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20197 years ago
Submission Deadline
Not specified
Future Notice Date
5 Mar 2019Expired
Award Date
Not specified
Contract Period
4 Jul 2019 - 30 Aug 2019 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Planned
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

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-b5fd17-9cd109e8-a51a-41d1-8f79-c3ccf0e21829-2019-02-18T12:16:12Z",
    "date": "2019-02-18T12:16:12Z",
    "ocid": "ocds-b5fd17-9cd109e8-a51a-41d1-8f79-c3ccf0e21829",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2019-04-01T00:00:00+01:00",
                        "endDate": "2020-03-31T23:59:59+01:00"
                    },
                    "description": "2019/2020",
                    "amount": {
                        "amount": 600000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/367cc015-c276-4c7e-be06-bddf5d9f17d9",
                "datePublished": "2019-02-18T12:16:12Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "34527- Grove Academy Ph3 Temps",
        "title": "Grove Academy Phase 3- Modular Temporary Accommodation",
        "description": "The Department for Education (DfE) requires a suitably experienced Contractor for the delivery of 6no. modular teaching classrooms, external play and minor internal refurbishment for 180no Secondary school aged pupils at Grove Academy, Slough. The successful contractor will need to provide 3no. single storey double classroom modular temporary accommodation units comprising of 6no. classrooms, stores and toilets. These are to be delivered in the summer of 2019 for occupation between September 2019 and July 2020. Removal of the temporary accommodation by the contractor will be required, with removal expected in the summer of 2020. In addition to the teaching accommodation an area of external play should be provided and enclosed by a secure fence line. Minor refurbishment works of an existing lobby will also be required to improve the link between the newly created teaching area and the school. The procurement route for this project will be a two stage tender. The successful Contractor will be required to enter into a Pre-Construction Services Agreement (PCSA) to develop Contractor's Proposals and planning. The successful contractor must be capable of developing and submitting a Planning Application, including discharge of planning conditions, for the proposals. The successful contractor will then be appointed under a JCT Intermediate Building Contract 2016 Edition, with contractor's design with DfE amendments. The successful contractor will be expected to deliver the full scope of works (groundwork's, delivery, installations/fitout, service connections, removal of temporary accommodation) including the submission and management of the planning application. The school will manage the loose FF&E order/installations and the active ICT equipment/hardware but passive infrastructure should be delivered by the Contractor. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Applicant contractors will be required to pass a pass/fail criteria at the point of tender submission to evaluate their suitability for the scheme before being considered for this scheme. These criteria include but are not necessarily limited to: * Convictions of criminal offences (organisation, directors or partners). * Tax or social security obligation breaches. * Agreement to the terms of the PCSA, JCT ICD Contract with Employer's amendments and confirmation that proposals meet the technical and contractual requirements of the project. * Bankruptcy, grave professional misconduct, distortion, serious misrepresentation in supplying information. 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 following split: Qualitative assessment 40% / Quantitative assessment 60%. To receive the tender documentation for this project, tenderers should respond to lauren.scoltock@macegroup.com.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SL1 1YG"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 600000,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "communication": {
            "futureNoticeDate": "2019-03-05T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2019-07-05T00:00:00+01:00",
            "endDate": "2019-08-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "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": "155 Moorgate",
                "locality": "London",
                "postalCode": "EC2M6XB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lauren Scoltock",
                "email": "lauren.scoltock@macegroup.com",
                "telephone": "+44 (0)7747 478940"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tFz57362",
        "name": "MACE LIMITED"
    }
}