Tender

The Bridge Satellite Provision, Robert Blair Primary School Site

JACOBS U.K. LIMITED

This public procurement record has 1 release in its history.

Tender

15 Jul 2019 at 10:57

Summary of the contracting process

The procurement process involves Jacobs U.K. Limited as the buying organisation for the project titled "The Bridge Satellite Provision, Robert Blair Primary School Site". This initiative falls under the construction work for education and research category, located in the postcode area N7 9NY. Currently in the Tender stage, the process is set to end on 2 August 2019, with the contract period commencing on 30 September 2019 and concluding on 12 June 2020. The estimated value of the contract is approximately £900,000, and the procurement method is a limited competitive quotation below threshold.

This tender presents a significant opportunity for businesses specialising in construction, particularly those with experience in educational facilities. Companies that meet the financial threshold of an annual turnover exceeding £1,800,000 and can demonstrate relevant expertise in design and construction will be well-positioned to compete. The two-stage procurement process requires bidders to successfully complete a pass/fail assessment, followed by a technical and pricing evaluation, making it crucial for interested firms to clearly outline their capabilities and financial stability.

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

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.

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

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

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-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"
    }
}