Tender

DN773397 The Complete Rewire, Replacement of Mechanical Services and Building Works of the Key Stage 1 Building at Manorbrook Primary School, Thornbury

SOUTH GLOUCESTERSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

09 May 2025 at 14:49

Summary of the contracting process

The procurement process is initiated by South Gloucestershire Council with the intention to carry out the complete rewire and replacement of mechanical services and building works at the Key Stage 1 Building of Manorbrook Primary School, located in Thornbury, UK. This project, classified under the industry category of electrical installation work, falls under the public authority - sub-central government classification. The procurement is in the tender stage as of 9th May 2025, and interested parties have until 30th May 2025 to submit their proposals. The contract spans from 5th July to 31st August 2025. The procurement method is open competition, suitable for works below the threshold.

This tender presents significant opportunities for NICEIC Approved Electrical Contractors with experience in managing complex projects involving specialist sub-contractors. The project's scale and requirements necessitate businesses that are competent, with sufficient resources and the ability to complete tasks within specific deadlines. The contract's scope for building adaptations, rewiring, and installation works offers avenues for businesses to demonstrate their expertise and expand their portfolio in the public sector. Companies adept at working efficiently within tight schedules, ensuring compliance with safety regulations, and offering competitive bids stand to gain from this opportunity, especially those with prior similar project experience.

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

DN773397 The Complete Rewire, Replacement of Mechanical Services and Building Works of the Key Stage 1 Building at Manorbrook Primary School, Thornbury

Notice Description

The Council is seeking to appoint an NICEIC Approved Electrical Contractor to act as Principal Contractor with the capability and experience to manage specialist sub-contractors to undertake and execute the following works during the school summer holiday period (7th July - 31st August 2025) at Manorbrook Primary School, Park Road, Thornbury, BS35 1JW: (i) the complete rewire, replacement of heating pipework, heat emitters, individual room ventilation systems, hot and cold-water services pipework (not including the main boiler plant) and associated building works which includes minor building adaptations, replacement of suspended ceilings, replacement of required flooring and complete redecoration in the Key Stage 1 (KS1) building. (ii) undertake minor building adaptations in the stand-alone Key Stage 2 (KS2) building (which includes changing the use of the staff room into a library). (iii) construct a new external concrete base for future outdoor building. (iv) remove the furniture and education resource materials from the KS1 into specific areas of the adjacent KS2 building at the beginning of the school holiday from Saturday 19th July before the works commence and return the furniture at the end of the contract 30th and 31st August 2025 (as detailed in Schedule 3.5). (v) carry out a through professional service clean of the work areas in the KS1 and KS2 before return of furniture towards the end of the contract (as detailed in Schedule 3.6). The Council will not consent to the whole of the works being sub-contracted. It is essential that this project is successfully executed during the summer recess so the Contractor will need to demonstrate they have recently completed at least one similar project successfully (similar scope of work, similar value and similar timescale) and they have the competency and sufficient resources to meet these deadlines. The Contractor shall appoint a competent and suitably experienced full-time site-based representative (i.e. site supervisor /contract manager) throughout the duration of the contract works. It is expected the contractor will have to work longer weekdays and weekends to complete the work within the contract period and include these costs in their tender. The whole of the works shall be carried out in accordance with the terms and conditions of the JCT Standard Building Contract without quantities 2016 (SBC/XQ), published on behalf of The Joint Contracts Tribunal Limited by Thomson Reuters (Legal) Limited trading as Sweet & Maxwell. The Contractor shall obtain a copy of The Joint Contracts Tribunal Limited Minor Works Building Contract 2016 and shall make themself aware of the conditions therein. On the accompanying Architect's drawings, these works are described as 'phase 1', as this is the initial stage to increase the capacity of the school over the new few years. The Key Stage 1 building is a single storey flat roof SCOLA type building built in the 1970's of 873m2 gross internal floor area. The Key Stage 2 building (1212m2), of the similar age as KS1 is part single and part two-storey. The standalone boiler room houses the centralised heating and hot water plant which serves both buildings. The works shall be carried out in accordance with the Construction (Design and Management) Regulations 2015. The Contractors will need to demonstrate they are fully conversant with their responsibilities under the Regulations in their tender return and allow for all costs associated with their management of the Contract. The council has appointed a CDM Advisor who has produced the Health & Safety Pre-construction information given in Schedule 7. There has been a previous lighting replacement scheme with LED luminaires provided to the majority of the areas and these shall be carefully removed, stored, reinstated and incorporated into the proposed circuits with new controls and emergency lighting. The Principal Contractor shall be responsible for arranging and managing the temporary decanting of furniture from all rooms in KS1 into the adjacent KS2 building (in rooms shown on contract drawings) by a specialist commercial removal specialist. This shall include supply commercial stackable crates, large trolleys to move larger bulky item (e.g. materials and sports equipment) and moving large PE equipment. The Contractor shall appoint and instruct the removal specialist to deliver packaging crates from the date of appointment to enable the school to pack away all loose educational equipment into the crates and trolleys. The Council will arrange the removal and refixing of the interactive whiteboards. A school summer holiday club will operate from part of the KS2 building. The contract information shows required Heras fencing and describes the sequence of works needed to ensure there is a clear barrier between the contractor's working area and the holiday club. Contractors shall ensure they can meet the required 'pass' criteria questions in ITT Schedule 2 (PSQ) before preparing and submitting a tender.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051000
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020162-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45310000 - Electrical installation work

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
£600,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 May 20259 months ago
Submission Deadline
30 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Jul 2025 - 31 Aug 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTH GLOUCESTERSHIRE COUNCIL
Contact Name
Mr Colin Pearce
Contact Email
colin.pearce@southglos.gov.uk
Contact Phone
+44 1454863224

Buyer Location

Locality
YATE
Postcode
BS37 5AF
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Frampton Cotterell
Westminster Constituency
Thornbury and Yate

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-h6vhtk-051000-2025-05-09T15:49:43+01:00",
    "date": "2025-05-09T15:49:43+01:00",
    "ocid": "ocds-h6vhtk-051000",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCMC-1241-BLJQ",
            "name": "South Gloucestershire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCMC-1241-BLJQ"
            },
            "address": {
                "streetAddress": "Council Offices, Badminton Road",
                "locality": "Yate",
                "postalCode": "BS37 5AF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Mr Colin Pearce",
                "email": "colin.pearce@southglos.gov.uk",
                "telephone": "+44 1454863224"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCMC-1241-BLJQ",
        "name": "South Gloucestershire Council"
    },
    "tender": {
        "id": "DN773397",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DN773397 The Complete Rewire, Replacement of Mechanical Services and Building Works of the Key Stage 1 Building at Manorbrook Primary School, Thornbury",
        "description": "The Council is seeking to appoint an NICEIC Approved Electrical Contractor to act as Principal Contractor with the capability and experience to manage specialist sub-contractors to undertake and execute the following works during the school summer holiday period (7th July - 31st August 2025) at Manorbrook Primary School, Park Road, Thornbury, BS35 1JW: (i) the complete rewire, replacement of heating pipework, heat emitters, individual room ventilation systems, hot and cold-water services pipework (not including the main boiler plant) and associated building works which includes minor building adaptations, replacement of suspended ceilings, replacement of required flooring and complete redecoration in the Key Stage 1 (KS1) building. (ii) undertake minor building adaptations in the stand-alone Key Stage 2 (KS2) building (which includes changing the use of the staff room into a library). (iii) construct a new external concrete base for future outdoor building. (iv) remove the furniture and education resource materials from the KS1 into specific areas of the adjacent KS2 building at the beginning of the school holiday from Saturday 19th July before the works commence and return the furniture at the end of the contract 30th and 31st August 2025 (as detailed in Schedule 3.5). (v) carry out a through professional service clean of the work areas in the KS1 and KS2 before return of furniture towards the end of the contract (as detailed in Schedule 3.6). The Council will not consent to the whole of the works being sub-contracted. It is essential that this project is successfully executed during the summer recess so the Contractor will need to demonstrate they have recently completed at least one similar project successfully (similar scope of work, similar value and similar timescale) and they have the competency and sufficient resources to meet these deadlines. The Contractor shall appoint a competent and suitably experienced full-time site-based representative (i.e. site supervisor /contract manager) throughout the duration of the contract works. It is expected the contractor will have to work longer weekdays and weekends to complete the work within the contract period and include these costs in their tender. The whole of the works shall be carried out in accordance with the terms and conditions of the JCT Standard Building Contract without quantities 2016 (SBC/XQ), published on behalf of The Joint Contracts Tribunal Limited by Thomson Reuters (Legal) Limited trading as Sweet & Maxwell. The Contractor shall obtain a copy of The Joint Contracts Tribunal Limited Minor Works Building Contract 2016 and shall make themself aware of the conditions therein. On the accompanying Architect's drawings, these works are described as 'phase 1', as this is the initial stage to increase the capacity of the school over the new few years. The Key Stage 1 building is a single storey flat roof SCOLA type building built in the 1970's of 873m2 gross internal floor area. The Key Stage 2 building (1212m2), of the similar age as KS1 is part single and part two-storey. The standalone boiler room houses the centralised heating and hot water plant which serves both buildings. The works shall be carried out in accordance with the Construction (Design and Management) Regulations 2015. The Contractors will need to demonstrate they are fully conversant with their responsibilities under the Regulations in their tender return and allow for all costs associated with their management of the Contract. The council has appointed a CDM Advisor who has produced the Health & Safety Pre-construction information given in Schedule 7. There has been a previous lighting replacement scheme with LED luminaires provided to the majority of the areas and these shall be carefully removed, stored, reinstated and incorporated into the proposed circuits with new controls and emergency lighting. The Principal Contractor shall be responsible for arranging and managing the temporary decanting of furniture from all rooms in KS1 into the adjacent KS2 building (in rooms shown on contract drawings) by a specialist commercial removal specialist. This shall include supply commercial stackable crates, large trolleys to move larger bulky item (e.g. materials and sports equipment) and moving large PE equipment. The Contractor shall appoint and instruct the removal specialist to deliver packaging crates from the date of appointment to enable the school to pack away all loose educational equipment into the crates and trolleys. The Council will arrange the removal and refixing of the interactive whiteboards. A school summer holiday club will operate from part of the KS2 building. The contract information shows required Heras fencing and describes the sequence of works needed to ensure there is a clear barrier between the contractor's working area and the holiday club. Contractors shall ensure they can meet the required 'pass' criteria questions in ITT Schedule 2 (PSQ) before preparing and submitting a tender.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 720000,
            "amount": 600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "aboveThreshold": false,
        "submissionMethodDetails": "http://www.supplyingthesouthwest.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-05-30T13:00:00Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 720000,
                    "amount": 600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-07-05T00:00:00Z",
                    "endDate": "2025-08-31T23:59:59Z"
                },
                "awardCriteria": {
                    "description": "below threshold evaluation"
                }
            }
        ],
        "documents": [
            {
                "id": "020162-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020162-2025",
                "datePublished": "2025-05-09T15:49:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}