Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Poultry Experimental Facility (PEF) - Procurement of Project Team |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Pirbright Institute is seeking to procure a "Project Team" comprising a Project Manager, Cost Manager and Multidisciplinary Design Team to support the delivery of the design and conversion of ISO 10 (constructed in circa 2005) into a "Poultry Experimental Facility" (PEF) via a Construction Management procurement approach. Consultants will be expected to work as part of an integrated project team to deliver the project. The Construction Manager appointment will be the subject of a separate procurement action. The estimated construction value is 11,000,000 GBP. |
Published: | 12/04/2017 22:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Pirbright Institute
Ash Road, Pirbright, GU24 0NF, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
Main Address: http://www.pirbright.ac.uk/
NUTS Code: UKJ23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Pirbright:-Construction-consultancy-services./27358E68YA
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Poultry Experimental Facility (PEF) - Procurement of Project Team
Reference Number: T10305/1
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Pirbright Institute is seeking to procure a "Project Team" comprising a Project Manager, Cost Manager and Multidisciplinary Design Team to support the delivery of the design and conversion of ISO 10 (constructed in circa 2005) into a "Poultry Experimental Facility" (PEF) via a Construction Management procurement approach. Consultants will be expected to work as part of an integrated project team to deliver the project. The Construction Manager appointment will be the subject of a separate procurement action. The estimated construction value is 11,000,000 GBP.
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may tender for all lots but can only be awarded one lot. Tenderers are required to state their preference for an award of contract.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lo1 1 - Project Manager
Lot No: 1
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71541000 - Construction project management services.
II.2.3) Place of performance:
UKJ23 Surrey
II.2.4) Description of procurement: The Project Manager will fulfil the role of PM, Risk Manager and Contract Administrator through the design, construction and defect period of the project. The Consultant will enter into the GC/Works/5 (1998) Form of Consultants Agreement (as amended). The Building Contract is JCT Construction Management Contract 2011.
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: 215,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/07/2017 / End: 30/06/2020
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: As set out in the Procurement Documentation.
II.2.14) Additional information: Applicants should note that they are required to complete a Confidentiality Agreement before tender documents will be made available. The Authority will not provide access to any Applicant who does not complete the Agreement. Please refer to the documentation provided in
the tenderbox for instruction on how to complete.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Cost Manager
Lot No: 2
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71324000 - Quantity surveying services.
II.2.3) Place of performance:
UKJ23 Surrey
II.2.4) Description of procurement: The Cost Manager will fulfil the role through the design, construction and defect period of the project. The Consultant will enter into the GC/Works/5 (1998) Form of Consultants Agreement (as amended). The Building Contract is JCT Construction Management Contract 2011.
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: 150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/07/2017 / End: 30/06/2020
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: As set out in the Procurement Documentation.
II.2.14) Additional information: Applicants should note that they are required to complete a Confidentiality Agreement before tender documents will be made available. The Authority will not provide access to any Applicant who does not complete the Agreement. Please refer to the documentation provided in the tenderbox for instruction on how to complete.
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Multi-Disciplinary Design Team
Lot No: 3
II.2.2) Additional CPV codes:
71530000 - Construction consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71220000 - Architectural design services.
71240000 - Architectural, engineering and planning services.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71300000 - Engineering services.
71310000 - Consultative engineering and construction services.
71311000 - Civil engineering consultancy services.
71312000 - Structural engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71314310 - Heating engineering services for buildings.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKJ23 Surrey
II.2.4) Description of procurement: The Authority is seeking a Multidisciplinary Design team that will fulfil the role of Lead Consultant/Principal Designer throughout the project across all RIBA Plan of Work Stages 0 - 7
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: 535,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/07/2017 / End: 30/06/2020
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: As set out in the Procurement Documentation.
II.2.14) Additional information: Applicants should note that they are required to complete a Confidentiality Agreement before tender documents will be made available. The Authority will not provide access to any Applicant who does not complete the Agreement. Please refer to the documentation provided in the tenderbox for instruction on how to complete.
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/05/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 19/05/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Pirbright:-Construction-consultancy-services./27358E68YA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/27358E68YA
VI.4) Procedures for review
VI.4.1) Review body:
The Pirbright Institute
Ash Road, Pirbright, GU24 0NF, United Kingdom
Tel. +44 1732600500, Email: tenders@cameron-consulting.co.uk
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
Internet address: www.cedr.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 12/04/2017
Annex A