Section one: Contracting authority
one.1) Name and addresses
Department for Education
Sanctuary Buildings (Level 5)
London
SW1P 3BT
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-education
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0692
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Commercial
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Surrey University School - Commercial Fit Out Opportunity
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Internal partitions, M&E alterations, installation of new kitchenettes on each floor, decorating, floor and ceiling tiles and IT infrastructure.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Guildford
two.2.4) Description of the procurement
An ITT will be issued on contracts finder / find a tender. There will be a 2 week tender period followed by a tender review and appointment process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 August 2022
End date
22 September 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Existing experience in delivering commercial fit out projects.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
To mobilise a team quickly to complete the works in a timely and efficient fashion in order to support the tenant moving in as soon as possible.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-226360
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 June 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26 August 2022
four.2.7) Conditions for opening of tenders
Date
13 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
(MT Ref:226429)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+443 450103503
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Gleeds Management Services Ltd
London
W1W 6XF
Country
United Kingdom