Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

West Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 17th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e27d
Common Procurement VocabularyKitchen or restaurant conversion
Procurement MethodOpen procedure
Value£100,000
More Tenders »

West Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 17th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e27d
Common Procurement VocabularyKitchen or restaurant conversion
Procurement MethodOpen procedure
Value£100,000

Section I: Contracting authority

I.1) Name and addresses

The Griffin Schools Trust

4-14 Barmeston Road

London

SE6 3BH

Email

wparsons [at] amrconsult.co.uk

Telephone

+44 2086987049

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.griffinschoolstrust.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43169

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mytenders.co.uk/

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Kitchen Refurbishment Works

II.1.2) Main CPV code

  • 45212500 - Kitchen or restaurant conversion

II.1.3) Type of contract

Works

II.1.4) Short description

Chivenor Primary School (herein referred to as Employer) require a refurbishment to their kitchen. The Employer has provided architect’s drawings and specification together with other information for the Contractor to price for the delivery of the works.

II.1.5) Estimated total value

Value excluding VAT: £100,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Farnborough Road, Castle Vale, Birmingham, B35 7JA

II.2.4) Description of the procurement

2.2 Procedure and Dates for Submission of Bids

2.2.1. Bidders are invited to submit their bids to the Client by the Bid Response Deadline stated in section 3.3 – Bid Timetable.

2.2.2. Bid submissions should be made using the documentation and directions given in this ITT and associated documents.

2.2.3. Bidders can attend a site visit during to fully appreciate the extent of the works required. Bidders should notify william.parsons [at] amrconsult.co.uk of their intention to attend the site visit. A maximum of two personnel per bidder will be allowed.

2.2.4. The Client reserves the right to extend the Bid Response Deadline at any time.

2.2.5. The Client will evaluate the bids by applying the evaluation criteria, which is set out in section 4 of this ITT.

2.2.6. Following receipt of bids, the Client may request clarification of those bids in order to enable the evaluation to be completed. Bidders will not have the opportunity to revise their bids after the Bid Response Deadline.

2.2.7. Following receipt of bids and after any clarification, the Client will evaluate the bids received by applying the evaluation criteria and may select a successful Bidder to be appointed.

2.2.8. All queries regarding the tender should be sent by email to william.parsons [at] amrconsult.co.uk Responses to any such contact will be distributed to all prospective bidders who have shown an interest in the opportunity unless the information is commercially sensitive. Any attempt to liaise via any other party or use a communication method other than the electronic tendering portal, may result in the Bidder being disqualified from the tender process.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £100,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

1

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If a Bidder does not comply with any of these requirements, the Client may, in its sole discretion, disqualify the bid of that Bidder.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

31 July 2023

Local time

5:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 July 2023

IV.2.7) Conditions for opening of tenders

Date

31 July 2023

Local time

5:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229865.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:229865)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit