CE S640 Stoke Newington School - Creation of Additional Resourced Provision Assessment Centre and Media Suite Works

December 1, 2025 Cabinet Procurement and Insourcing Committee (Committee) Key decision Approved View on council website

This summary is generated by AI from the council’s published record and supporting documents. Check the full council record and source link before relying on it.

Summary

...to appoint Contractor C as the Design and Build Contractor for the Stoke Newington School project, which includes an Additional Resourced Provision for 30 pupils and a media suite, starting from RIBA Stage 3+ onwards.

Full council record
Purpose

The contract award is to recommend the
appointment of a contractor for the delivery of the Stoke Newington
School Additional Resource Provision project. The project will
involve a refit of the Daniel House building, to deliver a
30-student Additional Resource Provision with classrooms and
therapeutic spaces. Part of the project will also provide spaces
for the schools Media Suite requirements, including a Green Screen
and Hybrid and Foley Studio.

Content

RESOLVED:
To approve the
proposal to appoint Contractor C as a Design and Build Contractor
to deliver, at Stoke Newington School from RIBA Stage 3+ onwards,
an Additional Resourced Provision for 30 pupils and a media
suite.
 
Reasons For Decision 
 
The report outlines the tendering process
behind the Stoke Newington School - Creation of Additional Resource
Provision, which has determined the winning bidder to be Contractor
C. The report serves as a recommendation for awarding the contract
to Contractor C.
 
The contractor is procured to deliver a 30
student additional resource provision, which will provide a
creative curriculum including classrooms and therapeutic
facilities. The contractor will also deliver the facilities that
are financed by Stoke Newington School, which is the school’s
media suite facilities, including the Green Screen, Hybrid and
Foley Studios, editing suite, and a cafe.
 
The contractor will deliver the project to the
detail set out in the Employer’s Requirements. This will
include installing sustainable technology including
Photovoltaics.
 
The contractor has been selected based on
their project experience in schools, design and build projects and
SEN experience and their response to meeting the requirements
within their tender submission in relation to the Council's social
and sustainability criteria (including LLW, providing
apprenticeships and social value benefits, environmental policy,
recycling and carbon emissions management). The report will provide
further context on the winning contractor’s bid.
 
Alternative Options
Considered and Rejected
 
a)  In-house
provision: Due to the specialist nature of the works, LBH does not
have the capability, capacity or skills to deliver the construction
or consultancy for the project in-house.
 
b)  Undertake open
tendering exercise: The complex nature of this work does not lend
itself to the necessity of an open tendering process. The
procurement team recommended the use of the CCS Framework Lot 1.2.2
to access a number of prequalified tenderers. A higher number of
applicants would not necessarily result in greater savings compared
to a selective tender process. There is also the added risk of
companies bidding that do not meet the quality standards required,
both procurement elements would unnecessarily impact the project
timeline. Additionally, the evaluation process would not be an
efficient use of time for either the contractor or our team. There
is also quality / deliverability risk over CCS where the approved
list of the Framework have been
extensively assured.
 
c)  Direct Award to
Contractor: This method would not demonstrate competition, and is
unlikely to deliver the value for money which can be demonstrated
through a competitive exercise in compliance with the
Council’s Contract Standing Orders.
 
d) Use of lots: This option of division into
Lots is not recommended due to the size of the project. A single
contractor procurement will achieve economies of scale as this will
require only one set of prelims and reduce site set up and
management costs. This would result in significant use of client
resources through several tendering exercises and client
management. A single contractor is likely to be able to control the
programme rather than the coordination of handover of the site to
different contractors.
 
e)  Do nothing:
This option is not recommended due to the strategic requirement for
the project as set out in the Education Sufficiency and Estate
Strategy (2022-2031). The creation of the provision is considerably
less costly to the council than placing children in a Special
school or travelling to school out of the borough.
 

Supporting Documents

S640 SNS ARP CPIC Contract Award Report - Procurement Act 2023 PA2023 - July 2025.pdf

Details

OutcomeRecommendations Approved
Decision date1 Dec 2025