Cameron Consulting has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Project specific Commissioning, Verification & Validation (CVV) services and Client monitoring MEPH engineer |
Notice type: | Contract Notice |
Authority: | Cameron Consulting |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Pirbright Institute (PIR) (the “Authority”) inviting tender responses in connection with the procurement of a “Project specific Commissioning, Verification & Validation (CVV) services (hereon referred to as the Biggs ARU Commissioning Consultant), and Client monitoring MEPH engineer (mechanical, electrical & public health). 1.1.3.The Authority is seeking to appoint 1 Consultant to undertake the services required. The Authority will award the contract dependent upon the criteria stated in the Invitation to Tender (ITT). The overall criteria for selection will be based on the most economically advantageous tender (MEAT). |
Published: | 04/09/2019 21:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Pirbright Institute
Ash, Pirbright, GU24 0NF, United Kingdom
Tel. +44 2033266959, Email: tenders@camerons.uk.com
Contact: Karen Thody
Main Address: www.pirbright.ac.uk, Address of the buyer profile: 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
Access to the procurement documents is restricted. Further information can be obtained at: http://www.camerons.uk.com/news-and-insights
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent to the address as in Annex A.III
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: Project specific Commissioning, Verification & Validation (CVV) services and Client monitoring MEPH engineer
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) (the “Authority”) inviting tender responses in connection with the procurement of a “Project specific Commissioning, Verification & Validation (CVV) services (hereon referred to as the Biggs ARU Commissioning Consultant), and Client monitoring MEPH engineer (mechanical, electrical & public health). 1.1.3.The Authority is seeking to appoint 1 Consultant to undertake the services required. The Authority will award the contract dependent upon the criteria stated in the Invitation to Tender (ITT). The overall criteria for selection will be based on the most economically advantageous tender (MEAT).
II.1.5) Estimated total value:
Value excluding VAT: 125,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
71318000 - Advisory and consultative engineering services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKJ2 Surrey, East and West Sussex
II.2.4) Description of procurement: PLEASE READ - VERY IMPORTANT: As set out in the tender documentation. In order to receive the tender documentation, please request a confidentiality agreement by sending 2nr e-mail addresses of authorised personnel to tenders@camerons.uk.com. The confid agreement will then be issued to you. On receipt of signed confid agreement, the tender documentation will be released to you.
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: 125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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: No
Identification of the project: Not provided
II.2.14) Additional information: On receipt of the 2 e-mail addresses, an electronic version of the confidentiality agreement will be issued to the 2 named signatories. Please note, no changes to the confidentiality agreement are permitted. In the event that a signed confidentiality agreement is not returned, access will not be provided to the procurement documentation.
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:
Professional registration as set out in 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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Please refer to procurement documentation
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: 09/10/2019 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: 09/10/2019
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 Yes
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=426736643
VI.4) Procedures for review
VI.4.1) Review body:
The Pirbright Institute
As, Pirbright, GU24 0NF, United Kingdom
Tel. +44 2033266959
VI.4.2) Body responsible for mediation procedures:
Centre for effective dispute resolution
London, United Kingdom
Tel. +44 2033266959, Email: info@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
www.cabinetoffice.gov.uk, London, SW1A 2AS, United Kingdom
Tel. +44 2033266959
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 04/09/2019
Annex A
I) Addresses and contact points from which further information can be obtained:
Cameron Consulting
11-13 Macklin Street, Covent Garden, London, WC2B 5NH, United Kingdom
Tel. +44 2033266959, Email: tenders@camerons.uk.com
Main Address: http://www.camerons.uk.com/news-and-insights
NUTS Code: UKJ2
III) Addresses and contact points to which tenders/requests to participate must be sent:
Cameron Consulting
11-13 Macklin Street, Covent Garden, London, WC2B 5NH, United Kingdom
Tel. +44 2033266959, Email: tenders@camerons.uk.com
Contact: Procurement
Main Address: www.camerons.uk.com
NUTS Code: UKI