Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/020162-2025
9th May 2025 - Tender notice on Find a Tender
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-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"
}