← Back to opportunities

Stubbin Wood, Burlington Avenue, New Primary Development (60 places)

T.E.A.M EDUCATION TRUST

Buyer Contact Info

Buyer Name: T.E.A.M EDUCATION TRUST

Buyer Address: Stubbin Wood School, Common Lane, Mansfield, UKF12, NG20 8QF, United Kingdom

Contact Email: c.peach@teameducation.org

Status
active
Procedure
open
Value
1050000.0 GBP
Gross: 1260000 GBP
Published
11 Apr 2025, 14:52
Deadline
02 May 2025, 08:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45214000 - Construction work for buildings relating to education and research
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The project involves the establishment of a 60-place primary school brick built unit at Stubbin Wood, Burlington Avenue, with an operational deadline of 1st September. This procurement aims to ensure the successful delivery of the facility by the specified date, which will meet the increasing demand for educational spaces in the area. Key Steps in the Procurement Process: 1. Needs Assessment and Specification Development: o Initially, a thorough assessment of the educational and spatial requirements for the 60-place primary unit will be conducted. This involves consultations with local education authorities, stakeholders, and future users to understand the specific needs. o A comprehensive specification will be developed, including detailed requirements for the building structure, classrooms, play areas, utilities, and additional services such as accessibility, safety standards, and sustainable energy solutions. 2. Supplier and Contractor Identification: o The procurement will follow a competitive tendering process to select qualified suppliers and contractors capable of delivering the project within the required timeframe and budget. o Pre-qualification criteria will be established, considering experience in educational infrastructure projects, financial stability, and adherence to relevant local regulations and standards. o Invitations to tender (ITT) will be issued to shortlisted contractors and suppliers. 3. Tender Evaluation and Award: o Tenders will be evaluated based on criteria such as quality, cost-effectiveness, timeline, and contractor's experience with similar projects. Special consideration will be given to the contractor's ability to deliver the project by 1st September, ensuring the school is operational at the start of the academic year. o After a thorough evaluation, the most suitable contractor will be awarded the contract. 4. Construction and Project Management: o Once the contract is awarded, the construction phase will commence. A project management team will be assigned to oversee the progress of the development, ensuring that all aspects of the project are delivered on schedule, within budget, and meet the specified quality standards. o Regular progress meetings will be held to monitor construction milestones, address potential challenges, and ensure smooth communication between the contractor, stakeholders, and the education authority. 5. Quality Control and Compliance: o Rigorous quality control measures will be implemented throughout the construction process to ensure that the building meets all relevant safety, health, and environmental standards. o The building will be subjected to inspections and tests to verify compliance with educational facility requirements and to ensure that it is fully functional and safe for students and staff. 6. Final Handover and Operational Setup: o Upon completion, the school unit will undergo a final inspection and handover process. This will include setting up necessary educational equipment, furniture, and ensuring that all utilities are fully operational. o The school will be handed over to the local education authority before 1st September to ensure a smooth transition and timely opening for the new academic year. 7. Post-Completion Review: o After the school is operational, a post-completion review will be conducted to assess the success of the procurement process and to identify any lessons learned for future projects. By following this procurement process, the project ensures that the 60-place primary unit is delivered on time, meets all quality standards, and fulfills the educational needs of the local community by the 1st of September.

Linked Documents

Select a document to preview.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/014737-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 1,050,000

Lot 1 Value (Gross): GBP 1,260,000

Lot 1 Contract Start: 2025-05-13T00:00:00+01:00

Lot 1 Contract End: 2025-08-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Requirements

Lot 1 Award Criterion (quality): Project Delivery

Lot 1 Award Criterion (quality): Communication

Lot 1 Award Criterion (quality): Health and Safety/ Safeguarding

Lot 1 Award Criterion (price): Value for money

Lot 1 Award Criterion (cost): Costs

Documents

Document Description: Not published

Document Description: M&E information will be uploaded 11/04/2025

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-12280998",
    "name": "T.E.A.M EDUCATION TRUST"
  },
  "date": "2025-04-11T15:52:59+01:00",
  "id": "014737-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04fdb6",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PDLP-1633-RPLR",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Mansfield",
        "postalCode": "NG20 8QF",
        "region": "UKF12",
        "streetAddress": "Stubbin Wood School,  Common Lane"
      },
      "contactPoint": {
        "email": "c.peach@teameducation.org"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.teameducation.org"
      },
      "id": "GB-COH-12280998",
      "identifier": {
        "id": "12280998",
        "scheme": "GB-COH"
      },
      "name": "T.E.A.M EDUCATION TRUST",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "Added M\u0026E documents",
        "id": "014737-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2025-05-05T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "A payment schedule should be agreed in advance with milestones for achievements. All invoices should be sent to finance@teameducation.org\nThe process for disputed invoices is as follows:\n1. Review the Invoice and Agreement\n\u2022\tCheck the original terms: Ensure that both you and the client are clear on the payment terms specified in the contract or agreement (e.g., net 30, 60, or specific dates).\n\u2022\tVerify the details: Double-check the invoice for accuracy - the amount, the items or services billed, the dates, and any applicable discounts or promotions.\n\u2022\tAssess if there are any errors: Determine whether any errors on your part could have led to the dispute (wrong amounts, incorrect products/services listed, etc.).\n2. Contact the Client\n\u2022\tStart with a friendly inquiry: Contact the client (preferably by phone or email) to understand the reason behind the dispute. Sometimes, it\u0027s just a misunderstanding, and the conversation can resolve the issue quickly.\n\u2022\tAsk specific questions: For example, \"I see there seems to be a discrepancy regarding the payment terms. Could you help clarify your concern?\"\n3. Clarify the Disputed Payment Term\n\u2022\tUnderstand the disagreement: Whether they believe the payment term was different, they\u0027re asking for an extension, or they dispute the service/product, understanding their position will guide your response.\n\u2022\tProvide evidence: If the payment terms were clearly laid out in the contract, provide the documentation to support your case.\n4. Negotiate a Resolution\n\u2022\tListen to their perspective: If the dispute is about the payment terms themselves (e.g., timing, conditions), try to negotiate a solution that works for both sides. For example, if they need more time due to financial issues, consider offering a partial payment plan.\n\u2022\tBe flexible if possible: If you\u0027re in a good relationship with the client and they\u0027re generally reliable, consider offering a compromise (e.g., an extended payment deadline or a payment plan).\n5. Document the Agreement\n\u2022\tPut any new agreement in writing: Once an agreement is reached (even if it\u0027s an adjusted payment term), document everything in an email or a formal letter. This ensures that both parties are on the same page and avoids future disputes.\n6. Follow Up\n\u2022\tStay on top of the revised payment schedule: If an extended payment term or partial payment plan is agreed upon, keep a record of all communication and send reminders as needed.\n\u2022\tMonitor the situation: If payment isn\u0027t made according to the revised terms, follow up promptly and professionally.\n7. Escalation (if needed)\n\u2022\tSeek legal or mediation assistance: If the dispute cannot be resolved and the payment is significant, consider involving a mediator or seeking legal counsel. However, this should be a last resort to avoid escalating the relationship unnecessarily."
    },
    "description": "The project involves the establishment of a 60-place primary school brick built unit at Stubbin Wood, Burlington Avenue, with an operational deadline of 1st September. This procurement aims to ensure the successful delivery of the facility by the specified date, which will meet the increasing demand for educational spaces in the area.\nKey Steps in the Procurement Process:\n1.\tNeeds Assessment and Specification Development:\no\tInitially, a thorough assessment of the educational and spatial requirements for the 60-place primary unit will be conducted. This involves consultations with local education authorities, stakeholders, and future users to understand the specific needs.\no\tA comprehensive specification will be developed, including detailed requirements for the building structure, classrooms, play areas, utilities, and additional services such as accessibility, safety standards, and sustainable energy solutions.\n2.\tSupplier and Contractor Identification:\no\tThe procurement will follow a competitive tendering process to select qualified suppliers and contractors capable of delivering the project within the required timeframe and budget.\no\tPre-qualification criteria will be established, considering experience in educational infrastructure projects, financial stability, and adherence to relevant local regulations and standards.\no\tInvitations to tender (ITT) will be issued to shortlisted contractors and suppliers.\n3.\tTender Evaluation and Award:\no\tTenders will be evaluated based on criteria such as quality, cost-effectiveness, timeline, and contractor\u0027s experience with similar projects. Special consideration will be given to the contractor\u0027s ability to deliver the project by 1st September, ensuring the school is operational at the start of the academic year.\no\tAfter a thorough evaluation, the most suitable contractor will be awarded the contract.\n4.\tConstruction and Project Management:\no\tOnce the contract is awarded, the construction phase will commence. A project management team will be assigned to oversee the progress of the development, ensuring that all aspects of the project are delivered on schedule, within budget, and meet the specified quality standards.\no\tRegular progress meetings will be held to monitor construction milestones, address potential challenges, and ensure smooth communication between the contractor, stakeholders, and the education authority.\n5.\tQuality Control and Compliance:\no\tRigorous quality control measures will be implemented throughout the construction process to ensure that the building meets all relevant safety, health, and environmental standards.\no\tThe building will be subjected to inspections and tests to verify compliance with educational facility requirements and to ensure that it is fully functional and safe for students and staff.\n6.\tFinal Handover and Operational Setup:\no\tUpon completion, the school unit will undergo a final inspection and handover process. This will include setting up necessary educational equipment, furniture, and ensuring that all utilities are fully operational.\no\tThe school will be handed over to the local education authority before 1st September to ensure a smooth transition and timely opening for the new academic year.\n7.\tPost-Completion Review:\no\tAfter the school is operational, a post-completion review will be conducted to assess the success of the procurement process and to identify any lessons learned for future projects.\nBy following this procurement process, the project ensures that the 60-place primary unit is delivered on time, meets all quality standards, and fulfills the educational needs of the local community by the 1st of September.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-460",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-460"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-461",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-461"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-462",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-462"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-463",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-463"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-464",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-464"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-465",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-465"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-466",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-466"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-467",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-467"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-469",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-469"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-470",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-470"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-471",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-471"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-472",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-472"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-473",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-473"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-474",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-474"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-475",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-475"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-476",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-476"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-477",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-477"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-478",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-478"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-479",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-479"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-480",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-480"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-481",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-481"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-482",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-482"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-483",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-483"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-484",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-484"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-485",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-485"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-486",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-486"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-487",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-487"
      },
      {
        "description": "M\u0026E information will be uploaded 11/04/2025",
        "documentType": "biddingDocuments",
        "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
        "id": "A-488",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-488"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-644",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-644"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-645",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-645"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-646",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-646"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-647",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-647"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-648",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-648"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-649",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-649"
      },
      {
        "documentType": "biddingDocuments",
        "format": "application/pdf",
        "id": "A-651",
        "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-651"
      },
      {
        "datePublished": "2025-04-11T15:52:59+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "014737-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/014737-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-05-01T12:00:00+01:00"
    },
    "id": "ocds-h6vhtk-04fdb6",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction work for buildings relating to education and research",
            "id": "45214000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Requirements",
              "type": "quality"
            },
            {
              "description": "Project must be completed by 31/08/2025",
              "name": "Project Delivery",
              "type": "quality"
            },
            {
              "name": "Communication",
              "type": "quality"
            },
            {
              "name": "Health and Safety/ Safeguarding",
              "type": "quality"
            },
            {
              "name": "Value for money",
              "type": "price"
            },
            {
              "name": "Costs",
              "type": "cost"
            }
          ],
          "weightingDescription": "Scoring Matrix"
        },
        "contractPeriod": {
          "endDate": "2025-08-31T23:59:59+01:00",
          "startDate": "2025-05-13T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As detailed in our invitation to tended document the following should be considered\n1. Legal Capacity\n\u2022\tCompany Registration: The bidder must provide proof of their legal registration as a company or business entity, such as a certificate of incorporation or equivalent document.\n\u2022\tGood Standing: Bidders must demonstrate that they are in good legal standing, meaning they are not under liquidation, bankruptcy, or subject to ongoing legal disputes that might affect their ability to perform the contract.\n\u2022\tRelevant Licenses: Bidders may need to show proof of the necessary professional licenses, permits, or approvals required to carry out the work or provide the goods/services being tendered for.\n\u2022\tCompliance with Local Laws: The bidder should demonstrate compliance with applicable local laws and regulations, such as tax, labor, and environmental laws.\n\u2022\tNon-Conviction Statement: A declaration stating that the bidder has not been convicted of any crimes (e.g., fraud, corruption) that would impair their ability to participate in the tender.\n2. Financial Capacity\n\u2022\tAudited Financial Statements: Bidders should submit their audited financial statements for the past 2-3 years to demonstrate financial stability. This can include balance sheets, income statements, and cash flow statements.\n\u2022\tFinancial Turnover Requirements: The tender may specify a minimum average annual turnover for the last few years (e.g., \"Bidders must have a minimum annual turnover of $X million in the last three years\") to ensure they have the financial strength to handle the contract.\n\u2022\tProof of Liquidity: The bidder might be required to demonstrate sufficient working capital or liquidity, such as a letter from a bank confirming the bidder\u0027s financial position or available credit lines.\n\u2022\tCreditworthiness: Some tenders require bidders to submit credit ratings or letters from financial institutions to prove their creditworthiness.\n\u2022\tInsurance: Bidders may need to provide evidence of relevant insurance coverage (e.g., public liability, professional indemnity, or workers\u0027 compensation insurance) to mitigate risks during the contract\u0027s execution.\n\u2022\tPerformance Bond or Guarantee: The contract may require bidders to provide a performance bond or guarantee, which acts as security in case they fail to meet the terms of the contract.\n3. Other Requirements\n\u2022\tTax Compliance: Evidence that the bidder is up to date with all tax obligations, such as a tax clearance certificate.\n\u2022\tBank References: A reference letter from the bidder\u0027s bank confirming financial standing or providing details of their financial transactions, such as a letter of credit.\n\u2022\tLitigation History: A declaration from the bidder regarding any past or current legal disputes or claims against them, which could affect their ability to perform the contract.",
              "type": "economic"
            },
            {
              "description": "As detailed in our invitation to tended document the following should be considered\n1. Relevant Experience\n\u2022\tPast Project Experience: Bidders must provide details of previous contracts or projects of a similar nature, scope, and complexity to demonstrate their ability to deliver the required goods or services. This could include project descriptions, timelines, and client references.\n\u2022\tSpecific Expertise: The bidder must demonstrate expertise in the specific area required by the tender (e.g., construction, IT, engineering, etc.), highlighting any specialized skills or certifications.\n2. Technical Qualifications\n\u2022\tQualified Personnel: Bidders must specify the qualifications, experience, and roles of key personnel who will be involved in the project. This includes engineers, project managers, technical experts, etc., and their relevant qualifications, certifications, and experience in similar projects.\n\u2022\tStaffing Plan: A description of how the bidder intends to staff the project, including the number of employees, the roles and responsibilities of each, and any specialized skills needed for the contract.\n3. Equipment and Resources\n\u2022\tAvailability of Equipment: Bidders may need to provide a list of key equipment, machinery, or technology required to complete the project, including details of ownership, leasing arrangements, or planned procurement.\n\u2022\tInfrastructure: Evidence that the bidder has the necessary physical infrastructure, such as offices, warehouses, or other facilities, to support the project.\n\u2022\tTechnological Capacity: If the project involves specialized technology, the bidder should demonstrate their capability to deliver using up-to-date and relevant technologies (e.g., software tools, machinery, etc.).\n4. Quality Assurance and Control\n\u2022\tQuality Management System (QMS): Bidders should demonstrate the implementation of a quality management system (e.g., ISO 9001 certification, or other relevant quality standards) to ensure that the goods/services provided meet the required standards.\n\u2022\tCompliance with Technical Standards: Bidders must demonstrate that their goods, services, or work processes comply with the relevant national or international technical standards, specifications, and regulatory requirements.\n5. Technical Approach\n\u2022\tMethodology and Work Plan: The bidder should outline their proposed methodology for carrying out the project, including the steps, processes, timelines, and how they intend to manage the project\u0027s execution. This can include risk management strategies, milestones, and deliverables.\n\u2022\tInnovation and Solutions: If applicable, the bidder may describe any innovative approaches, technologies, or solutions they plan to use to enhance project outcomes, reduce costs, or improve efficiency.\n6. Health, Safety, and Environmental Standards\n\u2022\tHealth and Safety Plan: Bidders must demonstrate their commitment to health and safety standards, particularly if the project involves construction, engineering, or other potentially hazardous work environments. This may include providing a health and safety management plan or certifications (e.g., ISO 45001).\n\u2022\tEnvironmental Considerations: If the project has environmental implications, bidders should provide an environmental management plan or proof of compliance with relevant environmental regulations (e.g., ISO 14001).\n7. Testing and Maintenance\n\u2022\tTesting Capabilities: If applicable, the bidder should outline their ability to conduct testing or trials on the goods, services, or works being provided to ensure they meet the required specifications.\n\u2022\tMaintenance and Support: For projects that require ongoing service or support after the delivery of the product or service (e.g., IT services, equipment maintenance), bidders should outline their plans for maintenance and after-sales support, including response times and service level agreements (SLAs).\n8. Certifications and Accreditations\n\u2022\tIndustry Certifications: Bidders should provide evidence of any relevant industry certifications, accreditations, or memberships in professional organizations that demonstrate their expertise and adherence to recognized technical standards.\n\u2022\tCompliance with Standards: If the tender involves specific technical or safety standards (e.g., EN standards, local building codes, industry-specific regulations), the bidder must demonstrate compliance with these standards.\n9. Subcontracting and Partners\n\u2022\tUse of Subcontractors: If the bidder intends to subcontract parts of the project, they should outline the areas of the project to be subcontracted, provide details of the subcontractors\u0027 qualifications, and demonstrate how they will manage subcontractor performance.\n\u2022\tPartnering Arrangements: If the bidder plans to partner with other companies to fulfill the tender\u0027s requirements, they should describe the partnering arrangements, including roles, responsibilities, and how they intend to collaborate to achieve project success.\n10. References and Testimonials\n\u2022\tClient References: Bidders should provide references from previous clients that speak to their technical abilities and past project successes. This may include client contact details, project summaries, and testimonials.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 1050000,
          "amountGross": 1260000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "acceleratedRationale": "State of urgency",
      "isAccelerated": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "ays in Construction\n\u2022\tRisk: Delays may arise from weather, labor shortages, supply chain disruptions, or subcontractor issues.\n\u2022\tImpact: Extended project timelines affecting the opening date and additional costs.\n\u2022\tMitigation: Develop a realistic schedule with buffers, communicate with contractors and suppliers, and have a contingency plan for delays.\n3. Budget Overruns and Financial Issues\n\u2022\tRisk: Project may exceed the allocated budget due to cost underestimation or unforeseen complications.\n\u2022\tImpact: Financial strain or additional funding may be needed, compromising quality.\n\u2022\tMitigation: Create a detailed budget with contingencies, regularly review expenses, and control costs through effective procurement and project management.\n4. Regulatory Compliance and Permitting Delays\n\u2022\tRisk: Delays in obtaining permits or meeting regulatory requirements (e.g., zoning laws, environmental regulations).\n\u2022\tImpact: Project delays, penalties, or costly redesigns.\n\u2022\tMitigation: Engage early with local authorities, ensure compliance, and allocate time for permit approval.\n5. Quality Control Issues\n\u2022\tRisk: Defects or substandard materials can compromise the building\u0027s safety and quality.\n\u2022\tImpact: Safety, longevity, and usability issues, potential costly repairs or legal disputes.\n\u2022\tMitigation: Implement strict quality control, regular inspections, and vet contractors with a strong track record.\n6. Health and Safety Risks\n\u2022\tRisk: Inherent risks on construction sites and within the building\u0027s design.\n\u2022\tImpact: Accidents, safety violations, and legal liabilities.\n\u2022\tMitigation: Ensure compliance with safety regulations, implement safety protocols, and train workers.\n7. Environmental and Sustainability Risks\n\u2022\tRisk: Environmental issues such as soil contamination or sustainability requirements.\n\u2022\tImpact: Delays and increased costs for remediation or design modifications.\n\u2022\tMitigation: Conduct environmental assessments early and incorporate sustainable design practices.\n8. Supply Chain and Material Shortages\n\u2022\tRisk: Disruptions in material delivery or shortages of key construction materials.\n\u2022\tImpact: Delays, increased material costs, and missed milestones.\n\u2022\tMitigation: Secure materials early, maintain relationships with suppliers, and use local suppliers when possible.\n9. Contractor and Subcontractor Performance\n\u2022\tRisk: Poor performance by contractors or subcontractors, such as missed deadlines or disputes.\n\u2022\tImpact: Delays, compromised quality, and potential legal issues.\n\u2022\tMitigation: Vet contractors thoroughly, set clear performance expectations, and include penalties for missed milestones.\n10. Stakeholder Disputes\n\u2022\tRisk: Conflicts may arise between stakeholders (e.g., owner, contractors, authorities).\n\u2022\tImpact: Delays, litigation, and increased costs.\n\u2022\tMitigation: Foster transparent communication, set clear expectations, and resolve conflicts quickly.\n11. Technological Challenges\n\u2022\tRisk: Integration of advanced technologies (e.g., smart systems, HVAC, educational tech).\n\u2022\tImpact: Impacted functionality, energy efficiency, or safety.\n\u2022\tMitigation: Ensure experienced providers, test systems thoroughly, and assure quality before finalizing.\n12. Reputation and Public Perception\n\u2022\tRisk: Delays, cost overruns, or quality issues may damage the project\u0027s reputation.\n\u2022\tImpact: Loss of future business, legal claims, or loss of stakeholder trust.\n\u2022\tMitigation: Maintain clear communication, address issues proactively, and be transparent about challenges.\n13. Post-Construction Issues\n\u2022\tRisk: Issues during handover such as defects or incomplete work.\n\u2022\tImpact: Delays in the opening and disruption in operations.\n\u2022\tMitigation: Conduct thorough inspections, ensure work meets standards, and provide warranties and procedures for post-completion issues.",
    "status": "active",
    "submissionMethodDetails": "https://www.teameducation.org/form/?pid=253\u0026form=17",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-02T09:00:00+01:00"
    },
    "title": "Stubbin Wood, Burlington Avenue, New Primary Development (60 places)",
    "value": {
      "amount": 1050000,
      "amountGross": 1260000,
      "currency": "GBP"
    }
  }
}