Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6a4
Common Procurement VocabularyBuilding services
Procurement MethodOpen procedure
Value£300,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6a4
Common Procurement VocabularyBuilding services
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

BELLEVUE PLACE EDUCATION TRUST

13 Fleersbridge Business Centre, Upton Road Poole,

Dorset

BH17 7AF

Contact

Ian Carey

Email

ian.carey [at] pulseconsult.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Charity Commission (England and Wales)

Education Trust

Internet address(es)

Main address

https://www.bpet.co.uk/

Buyer's address

https://www.bpet.co.uk/

I.3) Communication

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

https://pulseassociateslimited.sharepoint.com/:u:/s/BPET-BuildingSurveyingContract/EcfLaBdR_MlEjsZmx7q294IBiIplRlJFIv_Xzaj-2wm6Qw?e=QyqUGz

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://pulseassociateslimited.sharepoint.com/:u:/s/BPET-BuildingSurveyingContract/EcfLaBdR_MlEjsZmx7q294IBiIplRlJFIv_Xzaj-2wm6Qw?e=QyqUGz

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Building Surveying Services - Framework

II.1.2) Main CPV code

  • 71315000 - Building services

II.1.3) Type of contract

Services

II.1.4) Short description

BPET is looking for a Contractor to provide Building Surveying service provision which:

• Is cost effective and delivers high quality support to the wider estate.

• Can provide the necessary resource for the course of the framework ( 3 years plus one plus one)

• Have a robust approach to identifying and prioritising improvement works.

• Is focused on providing commercial solutions to improvement works.

• Is flexible, proactive and supportive of BPET's needs.

The successful bidder will be expected to manage all aspects of designing, tendering and delivering the works required to spend the Schools Capital Allocation within each year cycle.

II.1.5) Estimated total value

Value excluding VAT: £300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Current schools are as follows:-

Rutherford House School 217 Balham High Road, Balham, SW17 7BQ

Deer Park School 389 Richmond Road, Twickenham,

TW1 2EF

Watling Park School Pavilion Way, Burnt Oak HA8 9YA

Evendons Primary School 161 Finchampstead Road, Wokingham, Berkshire, RG40 3HD

Whiteknights Primary School Fairlawn Green, Shinfield Rise, Reading, Berkshire, RG2 8EP

Rivermead Primary School Loddon Bridge Road, Woodley, Reading, Berkshire, RG5 4BS

The Heights Primary School 129 Upper Woodcote Rd, Reading RG4 7LB

Dollis Primary School Pursley Rd, London NW7 2BU

Halley House School* 52-58 Arcola St, Hackney, E8 2DJ

Braywick Court School Hibbert Road, Bray, Maidenhead, SL6 1UU

Kilburn Grange School* Priory Park Road, Kilburn, Brent, NW6 7UJ

Whitehall Park School* 106 Hornsey Lane, Islington, N6 5EP

However more schools may be added during the framework.

II.2.4) Description of the procurement

The service requirements for the purpose of tendering are broken down into two components.

Condition survey review

Each year BPET will secure funding for the year. BPET will require the successful service provider to review the school condition surveys and any reports of issues across the estate and provide a priority list of works. As part of the project building surveying services will be to update the condition reports, we expect this requirement to be carried out annually after each funding round.

The service provider will issue to BPET a report that confirms the top 12 projects that are required to be prioritised, with a budget cost of works for each project. This will be tabled with BPET and the projects to be delivered for that year will be agreed. Once these projects have been agreed the service provider will provide BPET with fixed fee's to deliver the projects.

Project building surveying services

BPET will appoint the Building Surveyor to deliver the agreed annual projects. The appointment will be based on the Building Surveyor providing the scope of services contained in Appendix A and the fee's will be as per those tendered.

We note that BPET reserves the right to not award projects that are funded by the Capital Schools Allocation or any other funding streams to the successful bidder. An agreed list will be confirmed once the above processes have been followed.

We note that the size of projects may differ year on year and that may affect the cost of the service. We therefore request that you tender on the basis of no more than eight projects in the year that total £500k. If there is a requirement for more projects to be delivered; then the day rates submitted as part of this tender will be used, to confirm any additional fee's.

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: £300,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial framework is for three years with an option to extend for two further years on a one year + one year basis.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Please see the Specification and invitation to tender along with associated appendices.

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.1.3) 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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework is for three years with an option to extend for two further years on a rolling one year extension.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

18 February 2025

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

English

IV.2.7) Conditions for opening of tenders

Date

21 February 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

PPRS

London

Country

United Kingdom