Construction Contract Leads
London
Category Works
Type
No. of Lots 1
Status Active
Published 17th Jul 2023
Reference | ocds-h6vhtk-03e287 |
Common Procurement Vocabulary | Installation of door and window frames |
Procurement Method | Open procedure |
Value | £100,000 |
London
Category Works
Type
No. of Lots 1
Status Active
Published 17th Jul 2023
Reference | ocds-h6vhtk-03e287 |
Common Procurement Vocabulary | Installation of door and window frames |
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
william.parsons [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
Window Refurbishment Works
II.1.2) Main CPV code
- 45421110 - Installation of door and window frames
II.1.3) Type of contract
Works
II.1.4) Short description
1.2 Context
1.2.1. Address: Willow Brook Primary School, Church Road, Leyton, London, E10 7BH
1.2.2. The project is for the refurbishment of the windows within Willow Brook Primary School.
1.2.3. This project will be funded by Griffin Schools Trust.
1.2.4. Contractors are invited to tender for the refurbishment of the windows within Willow Brook Primary School.
1.2.5. The design has been developed up to RIBA Stage 3 and can be found enclosed within the tender pack.
1.2.6. The scheme will be let as a JCT Design & Build Contract 2016.
1.2.7. The client requires the works to start as soon as possible and is to be complete by the beginning of the June 24 academic year. Ideally, site would be established during summer holidays.
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
- UKI4 - Inner London – East
Main site or place of performance
190 Church Road, Leyton, London, E10 7BH
II.2.4) Description of the procurement
1.3 Invitation to Tender/Scope
1.3.1. The Client wishes to engage a contractor on a Design and Build contract to complete window refurbishment to the school.
The following must be considered:
- Contractor to be Principal Designer according to the Construction (Design and Management) Regulations 2015.
- No requirement for BREEAM.
1.3.2. The project will be overseen by a Project Manager who will administrator the contract and act as Employer’s Agent – AMR Consult.
1.3.3. The requirements are fully detailed in this ITT and the following associated documentation:
- Annex B – Tender response document
- Annex C – Employer’s requirements and Output Specifications
- Annex D – Drawings and Specifications
- Annex E – Applicable standards
- Annex F – Pricing Schedule
- Annex G – Surveys and Reports
1.3.4. The purpose of this ITT is to:
- Enable Bidders to demonstrate their experience, expertise and suitability for the Client’s requirement and to provide a commercial response; and
- Enable the Client to select a preferred contractor offering the most economically advantageous tender.
1.3.5. The contractor team has to be able to provide their enhanced DBS certificate. Especially due to the length of the project, involving works during terms time, this requirement must be fulfilled.
1.3.6. Bidders might be called for a face-to-face interview before client’s appointment of preferred contractor.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.1.2) 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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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.2.7) 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=229872.
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:229872)
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