Notice Information
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.
Notice Details
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
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
- 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
-
https://www.contractsfinder.service.gov.uk/Notice/310b6a65-96ab-4a0e-920c-13a6158424e3
19th November 2021 - 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-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"
}
}