Cameron Consulting: Project specific Commissioning, Verification & Validation (CVV) services and Client monitoring MEPH engineer

  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

UK-Pirbright: Construction consultancy services.
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

View any Notice Addenda

View Award Notice