Tender

Great Western Academy, Swindon - New All-Weather Pitch

JACOBS U.K. LIMITED

This public procurement record has 1 release in its history.

Tender

17 Jan 2022 at 10:29

Summary of the contracting process

The procurement process is being managed by Jacobs U.K. Limited for the project titled "Great Western Academy, Swindon - New All-Weather Pitch." This construction work, classified under the CPV code 45000000, is situated in Swindon and involves the design and construction of a new 3G artificial turf pitch to replace an existing grass pitch. The procurement method adopted is an open procedure, with the tender period ending on 2nd February 2022. The estimated contract value is approximately £1,400,000, and contractors will be appointed based on a qualitative and quantitative assessment, each weighted at 50%. The project is scheduled to commence on 29th April 2022 and conclude by 26th August 2022.

This tender presents a significant opportunity for construction firms, particularly those specialising in sporting facilities, landscaping, and turf installation. Businesses that can demonstrate financial capacity, with an annual turnover exceeding £2,800,000, will have an advantage in the bidding process. Given the project's scale and requirements, this is an excellent chance for small and medium enterprises (SMEs) to diversify their portfolios and engage in robust community projects, particularly those with experience in delivering similar sports infrastructure developments.

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

Great Western Academy, Swindon - New All-Weather Pitch

Notice Description

The project involves the design and construction of a new all-weather pitch on a school site to replace an existing grass sports pitch. The new 3G artificial turf pitch will include floodlighting, perimeter fencing and a spectator area to comply with Sport England and Football Association design guidance for a full-sized adult club level football pitch. A planning application has been approved by Swindon Borough Council in December 2021 (reference S/20/1509). The successful contractor will be appointed as Principal Designer and Principal Contractor under CDM 2015. (Proposed procurement) Single Stage Design and Build (Proposed form of contract) JCT Intermediate Building Contract with Design 2016 with DfE standard amendments 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 [50%] / Quantitative assessment [50%]. 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 PS1,400,000. 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 PS2,800,000 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. Contractors wishing to receive the tender documentation for this project should respond to Ralph Ward at the email address below.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f0659375-a07e-4d41-b987-38163d6ba44a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8355fd6d-fc9e-460d-87f0-dbbb9208b479
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
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
£1,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Jan 20224 years ago
Submission Deadline
2 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
28 Apr 2022 - 26 Aug 2022 1-6 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-f0659375-a07e-4d41-b987-38163d6ba44a-2022-01-17T10:29:24Z",
    "date": "2022-01-17T10:29:24Z",
    "ocid": "ocds-b5fd17-f0659375-a07e-4d41-b987-38163d6ba44a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "FS0471",
        "title": "Great Western Academy, Swindon - New All-Weather Pitch",
        "description": "The project involves the design and construction of a new all-weather pitch on a school site to replace an existing grass sports pitch. The new 3G artificial turf pitch will include floodlighting, perimeter fencing and a spectator area to comply with Sport England and Football Association design guidance for a full-sized adult club level football pitch. A planning application has been approved by Swindon Borough Council in December 2021 (reference S/20/1509). The successful contractor will be appointed as Principal Designer and Principal Contractor under CDM 2015. (Proposed procurement) Single Stage Design and Build (Proposed form of contract) JCT Intermediate Building Contract with Design 2016 with DfE standard amendments 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 [50%] / Quantitative assessment [50%]. 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 PS1,400,000. 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 PS2,800,000 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. Contractors wishing to receive the tender documentation for this project should respond to Ralph Ward at the email address below.",
        "datePublished": "2022-01-17T10:29:24Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SN25 2PP"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-02-02T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-04-29T00:00:00+01:00",
            "endDate": "2022-08-26T23:59:59+01:00"
        },
        "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/8355fd6d-fc9e-460d-87f0-dbbb9208b479",
                "datePublished": "2022-01-17T10:29:24Z",
                "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": "4th Floor Cottons Centre,Cottons Lane",
                "locality": "LONDON",
                "postalCode": "SE1 2QG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ralph Ward",
                "email": "ralph.ward@jacobs.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/X94h99yk",
        "name": "JACOBS U.K. LIMITED"
    }
}