Planning

FS0171 - Waterside Academy Internal Refit

MACE LIMITED

This public procurement record has 1 release in its history.

Planning

19 Nov 2021 at 09:39

Summary of the contracting process

The Department for Education (DfE), represented by the buyer MACE LIMITED, is initiating a tender for the "FS0171 - Waterside Academy Internal Refit" project, located in Hackney, London. This procurement process is currently in the planning stage, with an open procedure method chosen, reflecting the budget of £520,839. Interested contractors are invited to express their interest, with a deadline for notification by 3rd December 2021. The anticipated contract period is from 29th March 2022 to 1st September 2023, aligning with the urgency of the works intended to support the school's curriculum requirements.

This tender presents an ideal opportunity for small and medium enterprises (SMEs) specialising in construction and educational facility refurbishments. Businesses that can demonstrate experience in design and build construction projects, particularly in the educational sector, will find themselves well-positioned to compete. The project involves significant alterations to existing school facilities, which necessitates robust proposals under strict budget conditions. Contractors are expected to deliver comprehensive solutions that encompass fit-out works, thereby fostering business growth in a competitive market.

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

FS0171 - Waterside Academy Internal Refit

Notice Description

The Department for Education (DfE) is looking for suitably experienced Contractors to express their interest to tender for the design and build for the internal refit works at Waterside Academy, Hackney. Formerly known as, Hackney New School, Waterside Academy is a recently built school (2015) located at 317-319 Kingsland Rd, Dalston, London E8 4DL. The school is comprised of 3 blocks and it houses 900 secondary pupils. A new trust has taken over the school management and they require several room alterations to suit their curriculum. The following key items have been identified as required to be undertaken as part of this scheme: 1. Conversion of existing classrooms to new food tech room (including provision of FF&E) (Approx GIFA - 103m2) 2. Conversion of existing offices to a new resistant materials workshop and store (including provision of FF&E). (Approx. GIFA - 114m2) 3. Convert existing music practice rooms to offices and enclose the first floor atrium with partially glazed, partially solid partitions. (Approx. GIFA - 66m2) The Contractor will be procured via a single-stage fixed price (lump sum) procurement using a JCT ICD Contract with CDP. The works are to be priced utilising the works schedules included within the ITT alongside the Contract Drawings to achieve the Employers Requirements. Funding is approved and in place for the project and is considered a high priority for the DfE to undertake these works. The target construction programme runs from 22/07/22 to 31/08/22 during the summer period. The project is scheduled to be handed over to the school in September 2022 for a normal school opening. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). The layouts and Contractors Proposals have been previously developed (Architectural, M&E and FF&E) and are considered to be fixed, constituting the Contract Documentation. Full drawing information is to be made available as part of the ITT (CAD and DWG). The Contractor will be responsible for agreeing any changes inline with the Employer Requirements following client engagement meetings as well as undertaking the overall construction of the works during the summer holiday. Appointment of contractor will be based on 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%. All eventual tenders must be demonstrated to be under budget, any bids considered over budget will be scored as deficient. Tenderers are expected to include responses to all evaluation criteria, otherwise this may be seen as a fail. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below. Additional information: Note, as part of the next stage, Contractors who confirm their interest will receive a full suite of ITT information. This will be forwarded following the 10 day notification period on 3rd December. Refer to attached programme for further details.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c9dd481e-f89a-42a8-9717-211080f21e50
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/65c1e19c-ec3c-407a-b25a-6daf62ed7091
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
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
£520,839 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Nov 20214 years ago
Submission Deadline
Not specified
Future Notice Date
19 Nov 2021Expired
Award Date
Not specified
Contract Period
28 Mar 2022 - 1 Sep 2023 1-2 years
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

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-c9dd481e-f89a-42a8-9717-211080f21e50-2021-11-19T09:39:39Z",
    "date": "2021-11-19T09:39:39Z",
    "ocid": "ocds-b5fd17-c9dd481e-f89a-42a8-9717-211080f21e50",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2021-04-01T00:00:00+01:00",
                        "endDate": "2022-03-31T23:59:59+01:00"
                    },
                    "description": "2021/2022",
                    "amount": {
                        "amount": 520839,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/65c1e19c-ec3c-407a-b25a-6daf62ed7091",
                "datePublished": "2021-11-19T09:39:39Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "procurementPlan",
                "description": "Programme attached",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6f2db0a0-8a9d-4a77-ac8a-1fa24c97a40e",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "feasibilityStudy",
                "description": "Waterside Academy Updated Feasibility Study",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d613bc9f-ebfd-42a2-ae9b-575db5fcda95",
                "format": "application/pdf"
            }
        ]
    },
    "tender": {
        "id": "FS0171",
        "title": "FS0171 - Waterside Academy Internal Refit",
        "description": "The Department for Education (DfE) is looking for suitably experienced Contractors to express their interest to tender for the design and build for the internal refit works at Waterside Academy, Hackney. Formerly known as, Hackney New School, Waterside Academy is a recently built school (2015) located at 317-319 Kingsland Rd, Dalston, London E8 4DL. The school is comprised of 3 blocks and it houses 900 secondary pupils. A new trust has taken over the school management and they require several room alterations to suit their curriculum. The following key items have been identified as required to be undertaken as part of this scheme: 1. Conversion of existing classrooms to new food tech room (including provision of FF&E) (Approx GIFA - 103m2) 2. Conversion of existing offices to a new resistant materials workshop and store (including provision of FF&E). (Approx. GIFA - 114m2) 3. Convert existing music practice rooms to offices and enclose the first floor atrium with partially glazed, partially solid partitions. (Approx. GIFA - 66m2) The Contractor will be procured via a single-stage fixed price (lump sum) procurement using a JCT ICD Contract with CDP. The works are to be priced utilising the works schedules included within the ITT alongside the Contract Drawings to achieve the Employers Requirements. Funding is approved and in place for the project and is considered a high priority for the DfE to undertake these works. The target construction programme runs from 22/07/22 to 31/08/22 during the summer period. The project is scheduled to be handed over to the school in September 2022 for a normal school opening. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). The layouts and Contractors Proposals have been previously developed (Architectural, M&E and FF&E) and are considered to be fixed, constituting the Contract Documentation. Full drawing information is to be made available as part of the ITT (CAD and DWG). The Contractor will be responsible for agreeing any changes inline with the Employer Requirements following client engagement meetings as well as undertaking the overall construction of the works during the summer holiday. Appointment of contractor will be based on 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%. All eventual tenders must be demonstrated to be under budget, any bids considered over budget will be scored as deficient. Tenderers are expected to include responses to all evaluation criteria, otherwise this may be seen as a fail. Contractors wishing to receive the tender documentation for this project should respond to Chris Bullough at the email address below. Additional information: Note, as part of the next stage, Contractors who confirm their interest will receive a full suite of ITT information. This will be forwarded following the 10 day notification period on 3rd December. Refer to attached programme for further details.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "E8 4DL"
                    }
                ]
            }
        ],
        "value": {
            "amount": 520839,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "communication": {
            "futureNoticeDate": "2021-11-19T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2022-03-29T00:00:00+01:00",
            "endDate": "2023-09-01T23:59:59+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": "Moorgate Hall,155 Moorgate",
                "locality": "LONDON",
                "postalCode": "EC2M6XB",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Chris Bullough",
                "email": "chris.bullough@macegroup.com",
                "telephone": "07810718140"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/tFz57362",
        "name": "MACE LIMITED"
    }
}