The Bridge Satellite Provision, Hungerford Site
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 £2,700,000. 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 £5,400,000.
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.
Organisation Name
JACOBS U.K. LIMITED
Value
£2700000
Contract Date
30th May 2022 / 9th Dec 2022