Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Commissioning, Validation and Verification Consultant |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Pirbright Institute (PIR) intend to appoint a Commissioning, Verification and Validation Consultant (CVV Consultant) to provide strategic and technical direction to the CVV processes and provide support to the Institute in implementing and maintaining the high requirements and standards across all project work and existing facilities on the site. |
Published: | 07/08/2017 22:57 |
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@camerons.uk.com
Main Address: www.pirbright.ac.uk
NUTS Code: UKJ2
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./2TN7Y429KG
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: Commissioning, Validation and Verification Consultant
Reference Number: Not provided
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
LA21-3 - For laboratory use
IA38-0 - For mechanical installations
FG04-1 - For heating
GC22-2 - Commissioning in
CB16-9 - Mechanical and electrical
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Pirbright Institute (PIR) intend to appoint a Commissioning, Verification and Validation Consultant (CVV Consultant) to provide strategic and technical direction to the CVV processes and provide support to the Institute in implementing and maintaining the high requirements and standards across all project work and existing facilities on the site.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50721000 - Commissioning of heating installations.
71000000 - Architectural, construction, engineering and inspection services.
71310000 - Consultative engineering and construction services.
71318000 - Advisory and consultative engineering services.
71333000 - Mechanical engineering services.
38900000 - Miscellaneous evaluation or testing instruments.
71600000 - Technical testing, analysis and consultancy services.
71630000 - Technical inspection and testing services.
71632000 - Technical testing services.
II.2.3) Place of performance:
UKJ2 Surrey, East and West Sussex
II.2.4) Description of procurement: The Pirbright Institute (PIR) is seeking one consultant to deliver commissioning, validation and verification services to operate at a strategic level in connection with the delivery of a number of current and upcoming development projects which are being undertaken by PIR. This is a technically complex role requiring specific understanding of complex projects.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 27/10/2017 / End: 28/10/2022
This contract is subject to renewal: Yes
Description of renewals: This contract is subject to annual renewals in the event that the build programme does not complete by the projected 2022 date.
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: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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 tender documentation
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: No
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: 11/09/2017 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: 11/09/2017
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 Yes
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./2TN7Y429KG
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2TN7Y429KG
VI.4) Procedures for review
VI.4.1) Review body:
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, 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:
Not Provided
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: 07/08/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Pirbright Institute
Ash Road, Pirbright, GU24 0NF, United Kingdom
Tel. +44 1732600500, Email: tenders@camerons.uk.com
Main Address: www.pirbright.ac.uk
NUTS Code: UKJ2
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.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 Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Commissioning, Validation and Verification Consultant
Reference number: Not Provided
II.1.2) Main CPV code:
71530000 - Construction consultancy services.
LA21-3 - For laboratory use
IA38-0 - For mechanical installations
FG04-1 - For heating
GC22-2 - Commissioning in
CB16-9 - Mechanical and electrical
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Pirbright Institute (PIR) intend to appoint a Commissioning, Verification and Validation Consultant (CVV Consultant) to provide strategic and technical direction to the CVV processes and provide support to the Institute in implementing and maintaining the high requirements and standards across all project work and existing facilities on the site.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 200,000 / Highest offer:500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50721000 - Commissioning of heating installations.
71000000 - Architectural, construction, engineering and inspection services.
71310000 - Consultative engineering and construction services.
71318000 - Advisory and consultative engineering services.
71333000 - Mechanical engineering services.
38900000 - Miscellaneous evaluation or testing instruments.
71600000 - Technical testing, analysis and consultancy services.
71630000 - Technical inspection and testing services.
71632000 - Technical testing services.
II.2.3) Place of performance
Nuts code:
UKJ2 - Surrey, East and West Sussex
Main site or place of performance:
Surrey, East and West Sussex
II.2.4) Description of the procurement: The Pirbright Institute (PIR) is seeking one consultant to deliver commissioning, validation and verification services to operate at a strategic level in connection with the delivery of a number of current and upcoming development projects which are being undertaken by PIR. This is a technically complex role requiring specific understanding of complex projects.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/10/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Skinner Associates Limited
Unit 2, Beverly Court, 26 Elmtree Road, Middlesex, TW11 8ST, United Kingdom
NUTS Code: UKI6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 242,800 / Highest offer: 303,801
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=290825701
VI.4) Procedures for review
VI.4.1) Review body
Cameron Consulting
2-4 High Street, West Malling, ME19 6QR, 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: Not Provided
VI.4.4) Service from which information about the review procedure 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: 30/11/2017