Tender

Rochdale PRU - New SEN Pupil Referral Unit

ROCHDALE BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Jan 2026 at 11:14

Summary of the contracting process

Rochdale Borough Council is currently in the tender stage of procuring services for the development of a new Special Educational Needs (SEN) Pupil Referral Unit (PRU) at Mayfield Street, Rochdale. This project, titled "Rochdale PRU - New SEN Pupil Referral Unit," falls under the construction industry category and aims to provide educational facilities for 64 pupils aged 11-16 with Social, Emotional, and Mental Health (SEMH) needs. The procurement process is utilising a competitive flexible procedure, with key dates including an expression of interest deadline on 3rd February 2026 and a contract period from 13th July 2026 to 24th April 2028. The total contract value is approximately £9.5 million (£11.4 million gross), and the contracting authority is particularly focused on quality, price, and social value as part of their selection criteria.

This tender offers expansive opportunities for businesses specialising in construction, particularly those with experience in educational or public sector projects. With Rochdale Borough Council looking for a Design & Build Contractor capable of undertaking both pre-construction and construction phases, businesses that demonstrate expertise in project understanding, cost planning, and risk mitigation will have a competitive edge. Additionally, firms that provide significant social value and stakeholder engagement are encouraged to participate. Companies interested in this competitive opportunity should focus on preparing thorough responses to the Procurement Specific Questionnaire (PSQ) in the first stage and prepare for potential shortlisting into the more detailed second stage of the process.

How relevant is this notice?

Notice Information

Notice Title

Rochdale PRU - New SEN Pupil Referral Unit

Notice Description

Project Summary: Rochdale Borough Council is progressing the development of a new Special Educational Needs (SEN) Pupil Referral Unit (PRU) on the Mayfield Street site (Rochdale, OL16 2UZ). The new facility will deliver provision for 64 pupils aged 11-16 with Social, Emotional and Mental Health (SEMH) needs. The scheme aims to create a secure, high-quality, and therapeutically informed learning environment designed to support vulnerable pupils and enable staff to deliver specialist SEN provision effectively. The project is currently completing RIBA Stage 3: Spatial Coordination, following completion of RIBA Stage 2. The Council now intends to procure a suitably experienced Design & Build Contractor to support the scheme's development through a two-stage procurement process. Scope of Contractor Appointment: The appointed contractor will: * Participate in a competitive two-stage tender process, commencing with shortlisting of five contractors. * Enter into a Pre-Construction Services Agreement (PCSA) at the start of RIBA Stage 4: Technical Design, working collaboratively with the client and design team to develop the design, plan construction activities, inform cost development, and support risk mitigation. * Upon successful completion of the PCSA and agreement of contract sum, enter into a JCT Design & Build Contract 2024 for delivery of the construction works. The contractor will be expected to demonstrate: * Proven experience in delivering education project or similar public sector schemes. * Strong capability in pre-construction collaboration, buildability input, and cost planning. * A robust approach to quality, safety, safeguarding, stakeholder coordination, and social value delivery. The following associated tender documents are being provided with the publication of this tender notice as part of Stage 1 of the process and are available via the Portal: * 1A. Invitation to Participate and Instructions * 3A. Response Document (Procurement Specific Questionnaire) * 4A. Draft Pre-Construction Services Agreement * 4B. JCT Design & Build 2024 Contract Amendments * 7. Glossary * Appendix A- RIBA 2 Report * Appendix B- Strategic Programme The following associated tender documents will be made available later through the Portal to suppliers shortlisted to participate in the tender stage of the competitive flexible procedure: * 1B. Invitation to Tender Instructions * 3B1/2. Response Document (Qualitative and PAS) * 3C. Response Document (Commercials) * 5A. Supplier Participation Agreement * 5B. JCT PAS Contract Amendments * Supporting Information including: * Employers requirements including RIBA Stage 3 Design * Additional Survey Information * Strategic Programme * Form of Tender * Redacted Cost Plan A pre-market engagement notice has not been completed as the contracting authority determined market engagement has not been required due to the route to market being Competitive Flexible Procedure and the first stage being Open. A planned procurement notice has not been completed as the contracting authority does not wish to reduce the timescales of this tender.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ffe1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000576-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£9,500,000 £1M-£10M
Lots Value
£9,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jan 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 Jul 2026 - 24 Apr 2028 1-2 years
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
ROCHDALE BOROUGH COUNCIL
Contact Name
Not specified
Contact Email
procurement@star-procurement.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ROCHDALE
Postcode
OL16 1XU
Post Town
Oldham
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD37 Greater Manchester North East
Delivery Location
TLD3 Greater Manchester

Local Authority
Rochdale
Electoral Ward
Central Rochdale
Westminster Constituency
Rochdale

Further Information

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-05ffe1-2026-01-06T11:14:06Z",
    "date": "2026-01-06T11:14:06Z",
    "ocid": "ocds-h6vhtk-05ffe1",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXXD-6682-MDRX",
            "name": "Rochdale Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXXD-6682-MDRX"
            },
            "address": {
                "streetAddress": "Number One Riverside",
                "locality": "Rochdale",
                "postalCode": "OL16 1XU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD37"
            },
            "contactPoint": {
                "email": "procurement@star-procurement.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXXD-6682-MDRX",
        "name": "Rochdale Borough Council"
    },
    "tender": {
        "id": "020384",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Rochdale PRU - New SEN Pupil Referral Unit",
        "description": "Project Summary: Rochdale Borough Council is progressing the development of a new Special Educational Needs (SEN) Pupil Referral Unit (PRU) on the Mayfield Street site (Rochdale, OL16 2UZ). The new facility will deliver provision for 64 pupils aged 11-16 with Social, Emotional and Mental Health (SEMH) needs. The scheme aims to create a secure, high-quality, and therapeutically informed learning environment designed to support vulnerable pupils and enable staff to deliver specialist SEN provision effectively. The project is currently completing RIBA Stage 3: Spatial Coordination, following completion of RIBA Stage 2. The Council now intends to procure a suitably experienced Design & Build Contractor to support the scheme's development through a two-stage procurement process. Scope of Contractor Appointment: The appointed contractor will: * Participate in a competitive two-stage tender process, commencing with shortlisting of five contractors. * Enter into a Pre-Construction Services Agreement (PCSA) at the start of RIBA Stage 4: Technical Design, working collaboratively with the client and design team to develop the design, plan construction activities, inform cost development, and support risk mitigation. * Upon successful completion of the PCSA and agreement of contract sum, enter into a JCT Design & Build Contract 2024 for delivery of the construction works. The contractor will be expected to demonstrate: * Proven experience in delivering education project or similar public sector schemes. * Strong capability in pre-construction collaboration, buildability input, and cost planning. * A robust approach to quality, safety, safeguarding, stakeholder coordination, and social value delivery. The following associated tender documents are being provided with the publication of this tender notice as part of Stage 1 of the process and are available via the Portal: * 1A. Invitation to Participate and Instructions * 3A. Response Document (Procurement Specific Questionnaire) * 4A. Draft Pre-Construction Services Agreement * 4B. JCT Design & Build 2024 Contract Amendments * 7. Glossary * Appendix A- RIBA 2 Report * Appendix B- Strategic Programme The following associated tender documents will be made available later through the Portal to suppliers shortlisted to participate in the tender stage of the competitive flexible procedure: * 1B. Invitation to Tender Instructions * 3B1/2. Response Document (Qualitative and PAS) * 3C. Response Document (Commercials) * 5A. Supplier Participation Agreement * 5B. JCT PAS Contract Amendments * Supporting Information including: * Employers requirements including RIBA Stage 3 Design * Additional Survey Information * Strategic Programme * Form of Tender * Redacted Cost Plan A pre-market engagement notice has not been completed as the contracting authority determined market engagement has not been required due to the route to market being Competitive Flexible Procedure and the first stage being Open. A planned procurement notice has not been completed as the contracting authority does not wish to reduce the timescales of this tender.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 11400000,
            "amount": 9500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1 - Procurement Specific Questionnaire (PSQ). Return of PSQ Response Document to assess compliance with mandatory pass/fail criteria and scored selection questions. Following evaluation of the scored PSQ questions, Suppliers will be ranked in order of their total score. The Council intends to shortlist the top 5 highest scoring Suppliers to be invited to participate in Stage 2. Stage 2- Invitation to Tender. The shortlisted Suppliers from Stage 1 will be invited to submit detailed proposals following receipt of the full tender pack."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "submissionMethodDetails": "All PSQ Response Documents must be submitted via The Chest. https://www.the-chest.org.uk/ Project Reference DN801619",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-02-03T12:00:00Z",
        "awardPeriod": {
            "endDate": "2026-06-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 11400000,
                    "amount": 9500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Project Understanding & Approach",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Cost Plan Review & Commentary",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Proposed Team & Key Personnel",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Innovation/Value Engineering",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Risk Mitigation",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value (Quantitative)",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value (Qualitative)",
                            "numbers": [
                                {
                                    "number": 7.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "The Suppliers will be evaluated based on the below criteria as part of the PSQ: Relevant Experience 30% Technical & Management Capability 40% Workforce & Resource 30% Subject to a sufficient number of compliant responses being received, Rochdale Borough Council intends to invite a maximum of the top five ranked compliant Suppliers to the invitation to tender stage of the process. Rochdale Borough Council, acting at its discretion, reserves the right to amend the number of Suppliers invited to tender stage, where appropriate and proportionate.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-13T00:00:00+01:00",
                    "endDate": "2028-04-24T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000576-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000576-2026",
                "datePublished": "2026-01-06T11:14:06Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}