Construction Tenders

Sun May 05 2024

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 17th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e287
Common Procurement VocabularyInstallation of door and window frames
Procurement MethodOpen procedure
Value£100,000
More Tenders »

London

Category Works

Type

No. of Lots 1

Status Active

Published 17th Jul 2023

Tender Details
Referenceocds-h6vhtk-03e287
Common Procurement VocabularyInstallation of door and window frames
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

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

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

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

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