Construction Contract Leads
West Midlands
Category Works
Type
No. of Lots 1
Status Active
Published 17th Jul 2023
Reference | ocds-h6vhtk-03e27d |
Common Procurement Vocabulary | Kitchen or restaurant conversion |
Procurement Method | Open procedure |
Value | £100,000 |
West Midlands
Category Works
Type
No. of Lots 1
Status Active
Published 17th Jul 2023
Reference | ocds-h6vhtk-03e27d |
Common Procurement Vocabulary | Kitchen or restaurant conversion |
Procurement Method | Open procedure |
Value | £100,000 |
Section I: Contracting authority
I.1) Name and addresses
The Griffin Schools Trust
4-14 Barmeston Road
London
SE6 3BH
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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