Tender

The Bridge Satellite Provision, Hungerford Site

JACOBS U.K. LIMITED

This public procurement record has 1 release in its history.

Tender

19 Nov 2021 at 16:14

Summary of the contracting process

The Bridge Satellite Provision project, initiated by Jacobs U.K. Limited, entails the design and construction of a Special Educational Needs (SEN) facility located at the Hungerford Road Primary School site in London. This procurement is currently in the Tender stage, with key dates including the availability of tender documents from 10th December 2021 and the deadline for submissions due by 12 noon on 28th January 2022. The estimated contract value is approximately £2.7 million, and bids must adhere to a two-stage process featuring multiple assessment components, including a technical and pricing schedule.

This tender offers significant opportunities for construction firms, particularly those with experience in educational facilities or SEN projects. Companies able to demonstrate an annual turnover of at least £5.4 million, as well as a reliable track record in design and build contracts, would be well-suited to compete. The procurement method is classified as a limited competitive quotation, which may favour SMEs with the right expertise, especially those familiar with working on listed buildings, as the facility in question is Grade II listed.

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, Hungerford Site

Notice Description

The project involves the design and construction of a Special Educational Needs facility for the Bridge Satellite Trust. The facility will be provided by refurbishment of the western portion of the main building of Hungerford Road Primary School. The proposed new build facility floors will accommodate 40 pupils. The building is Grade II listed and the Listed Building consent will be sought by Client prior to the procurement. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the four storey feasibility control option with a GIFA of 1,654m2 (733m2 for the dedicated SEN area and 921m2 for the shared area with mainstream school). The automated fire suppression system is required to be installed for the entire school of 3185m2. The contractor will be appointed on a D&B basis and will be responsible for progressing all surveys and design development based on specifications and indicative feasibility design. 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 PS2,700,000. 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 PS5,400,000. 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 10th December 2021, with tender returns due by 12 noon on 28th January 2021. Expression of interest and responses to part 1 questions should be addressed to Shuyu Pan at Jacobs (Shuyu.Pan@Jacobs.com) by 17:00 on 3rd December 2021.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d5373c34-5313-4394-aa59-7e1993fe84ee
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/310b6a65-96ab-4a0e-920c-13a6158424e3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
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

45000000 - Construction work

Notice Value(s)

Tender Value
£2,700,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Nov 20214 years ago
Submission Deadline
3 Dec 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 May 2022 - 9 Dec 2022 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
LONDON
Postcode
SE1 2QG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
London Bridge & West Bermondsey
Westminster Constituency
Bermondsey and Old Southwark

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-d5373c34-5313-4394-aa59-7e1993fe84ee-2021-11-19T16:14:10Z",
    "date": "2021-11-19T16:14:10Z",
    "ocid": "ocds-b5fd17-d5373c34-5313-4394-aa59-7e1993fe84ee",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "FS0652 - Hungerford Road Site",
        "title": "The Bridge Satellite Provision, Hungerford Site",
        "description": "The project involves the design and construction of a Special Educational Needs facility for the Bridge Satellite Trust. The facility will be provided by refurbishment of the western portion of the main building of Hungerford Road Primary School. The proposed new build facility floors will accommodate 40 pupils. The building is Grade II listed and the Listed Building consent will be sought by Client prior to the procurement. The successful contractor will be appointed as Principal Designer and Principal Contractor and will be responsible for developing the design of the four storey feasibility control option with a GIFA of 1,654m2 (733m2 for the dedicated SEN area and 921m2 for the shared area with mainstream school). The automated fire suppression system is required to be installed for the entire school of 3185m2. The contractor will be appointed on a D&B basis and will be responsible for progressing all surveys and design development based on specifications and indicative feasibility design. 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 PS2,700,000. 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 PS5,400,000. 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 10th December 2021, with tender returns due by 12 noon on 28th January 2021. Expression of interest and responses to part 1 questions should be addressed to Shuyu Pan at Jacobs (Shuyu.Pan@Jacobs.com) by 17:00 on 3rd December 2021.",
        "datePublished": "2021-11-19T16:14:10Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "N7 9LF"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2700000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Competitive quotation (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-12-03T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-05-30T00:00:00+01:00",
            "endDate": "2022-12-09T23:59:59Z"
        },
        "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/310b6a65-96ab-4a0e-920c-13a6158424e3",
                "datePublished": "2021-11-19T16:14:10Z",
                "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": "Cottons Centre Cottons Lane",
                "locality": "LONDON",
                "postalCode": "SE1 2QG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Shuyu Pan",
                "email": "shuyu.pan@jacobs.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
        "name": "JACOBS U.K. LIMITED"
    }
}