Notice Information
Notice Title
The Bridge Satellite Provision, Robert Blair Primary School Site
Notice Description
The project involves the design and construction of a Special Educational Needs facility for the Bridge Satellite Trust and refurbishment of the annex building of Robert Blair primary school and the bridge walkway link. The proposed new build facility will accommodate 20 pupils and 10 staff. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the feasibility control option with a gross internal floor area of 291m2. The Principal Contractor will be appointed on a D&B basis and will be responsible for progressing any additional surveys deemed to be required, design development based on specifications and indicative feasibility design and preparing and submitting a planning application. This will be a two-stage procurement. The proposed form of contract is JCT ICD, with DfE standard amendments. Pre-construction services will be instructed using the DfE Pre-Construction Services Agreement (PCSA) The tender response is formed of three parts. Part 1 must be completed by all bidders and Parts 2 and 3 by all bidders who pass part 1. Part 1 - Pass /Fail Criteria listed in this notice Part 2 - Technical Assessment (50% weighting) Part 3 - Pricing Schedule (50% weighting) Part 1 Pass Fail question 1.1 The estimated value of this contract is expected to be up to approximately PS900,000. In line with the Public Contracts Regulations 2015 the End User requires the annual turnover of potential bidders to be not less than twice the expected contract value. Please confirm your annual turnover is in excess of PS1,800,000 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 two 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 Potential Bidders who answer 'No' will fail the ITT process. 1.3 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 result in automatically failing the ITT. The tender documents will be available on 02/08/19 with tender returns due by 12 noon on 30/08/19 Expression of interest and responses to part 1 questions should be addressed to Barbara Dunsire & Muhammed Nakedar at Jacobs (Barbara.Dunsire@Jacobs.com & Muhammed.Nakedar@Jacobs.com) by 12:00 noon on 30/07/19.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-cd9db430-56f7-4824-844a-bc51387d3f02
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/b27a99df-589e-49f7-9f72-bc90e4c0fbf0
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Competitive quotation (below threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45214000 - Construction work for buildings relating to education and research
Notice Value(s)
- Tender Value
- £900,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Jul 20196 years ago
- Submission Deadline
- 2 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 Sep 2019 - 12 Jun 2020 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
- MILTON KEYNES
- Postcode
- MK9 1BP
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ12 Milton Keynes
- Delivery Location
- Not specified
-
- Local Authority
- Milton Keynes
- Electoral Ward
- Central Milton Keynes
- Westminster Constituency
- Milton Keynes Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/b27a99df-589e-49f7-9f72-bc90e4c0fbf0
15th July 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-cd9db430-56f7-4824-844a-bc51387d3f02-2019-07-15T11:57:26+01:00",
"date": "2019-07-15T11:57:26+01:00",
"ocid": "ocds-b5fd17-cd9db430-56f7-4824-844a-bc51387d3f02",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "FS0652-Robert Blair",
"title": "The Bridge Satellite Provision, Robert Blair Primary School Site",
"description": "The project involves the design and construction of a Special Educational Needs facility for the Bridge Satellite Trust and refurbishment of the annex building of Robert Blair primary school and the bridge walkway link. The proposed new build facility will accommodate 20 pupils and 10 staff. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the feasibility control option with a gross internal floor area of 291m2. The Principal Contractor will be appointed on a D&B basis and will be responsible for progressing any additional surveys deemed to be required, design development based on specifications and indicative feasibility design and preparing and submitting a planning application. This will be a two-stage procurement. The proposed form of contract is JCT ICD, with DfE standard amendments. Pre-construction services will be instructed using the DfE Pre-Construction Services Agreement (PCSA) The tender response is formed of three parts. Part 1 must be completed by all bidders and Parts 2 and 3 by all bidders who pass part 1. Part 1 - Pass /Fail Criteria listed in this notice Part 2 - Technical Assessment (50% weighting) Part 3 - Pricing Schedule (50% weighting) Part 1 Pass Fail question 1.1 The estimated value of this contract is expected to be up to approximately PS900,000. In line with the Public Contracts Regulations 2015 the End User requires the annual turnover of potential bidders to be not less than twice the expected contract value. Please confirm your annual turnover is in excess of PS1,800,000 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 two 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 Potential Bidders who answer 'No' will fail the ITT process. 1.3 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 result in automatically failing the ITT. The tender documents will be available on 02/08/19 with tender returns due by 12 noon on 30/08/19 Expression of interest and responses to part 1 questions should be addressed to Barbara Dunsire & Muhammed Nakedar at Jacobs (Barbara.Dunsire@Jacobs.com & Muhammed.Nakedar@Jacobs.com) by 12:00 noon on 30/07/19.",
"datePublished": "2019-07-15T11:57:26+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45214000",
"description": "Construction work for buildings relating to education and research"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "N7 9NY"
}
]
}
],
"minValue": {
"amount": 800000,
"currency": "GBP"
},
"value": {
"amount": 900000,
"currency": "GBP"
},
"procurementMethod": "limited",
"procurementMethodDetails": "Competitive quotation (below threshold)",
"tenderPeriod": {
"endDate": "2019-08-02T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2019-09-30T00:00:00+01:00",
"endDate": "2020-06-12T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/b27a99df-589e-49f7-9f72-bc90e4c0fbf0",
"datePublished": "2019-07-15T11:57:26+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": "Second Floor, 1 Grafton Mews,, The Pinnacle, Midsummer Boulevard,",
"locality": "Milton Keynes",
"postalCode": "MK9 1BP",
"countryName": "England"
},
"contactPoint": {
"name": "Barbara Dunsire",
"email": "Barbara.Dunsire@Jacobs.com",
"telephone": "01908304200"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
"name": "JACOBS U.K. LIMITED"
}
}