Cameron Consulting: Consultant to deliver Pirbright Institute Development Phase 3 Outline business case

  Cameron Consulting has published this notice through Delta eSourcing

Notice Summary
Title: Consultant to deliver Pirbright Institute Development Phase 3 Outline business case
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: The Pirbright Institute is seeking to engage with an external provider with the capabilities of developing the Development Phase 3 (DP3) Strategic Outline Case (SOC) through to an Outline Business Case (OBC).
Published: 20/05/2020 21:55

View Full Notice

UK-Pirbright: Construction consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Pirbright Institute
             Ash Road, 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: 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: Consultant to deliver Pirbright Institute Development Phase 3 Outline business case       
      Reference Number: Not provided
      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 engage with an external provider with the capabilities of developing the Development Phase 3 (DP3) Strategic Outline Case (SOC) through to an Outline Business Case (OBC).       
      II.1.5) Estimated total value:
      Value excluding VAT: 250,000       
      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.
      71311210 - Highways consultancy services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71313100 - Noise-control consultancy services.
      71314300 - Energy-efficiency consultancy services.
      71315100 - Building-fabric consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71318000 - Advisory and consultative engineering services.
      71530000 - Construction consultancy services.
      71621000 - Technical analysis or consultancy services.
      73200000 - Research and development consultancy services.
      
      II.2.3) Place of performance:
      UKJ2 Surrey, East and West Sussex
      
      II.2.4) Description of procurement: The Pirbright Institute is seeking to engage with an external provider with the capabilities of developing the Development Phase 3 (DP3) Strategic Outline Case (SOC) through to an Outline Business Case (OBC). The third phase (DP3) of the development is to centre upon the delivery of the next tranche of the Masterplan, (approval ofwhich has been granted by Guildford Borough Council - 15/P/00604), which includes facilities to address transmission of Vector borne diseases, focussing on a new insectary, expansion of the already at capacity Jenner Building and supporting infrastructureThis is a restricted procedure and the SQ is anticipated to be released before end May 2020. An application cannot be made without completion of an NDA. Please review additional information.

If you have already completed an NDA, please e-mail tenders@camerons.uk.com outlining detail of your registered e-mail address on Delta in order that you can be invited to the SQ response box.
      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:
      Duration in months: 18       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 3
            
      Objective criteria for choosing the limited number of candidates: The selection questionnaire sets out full detail of the pass/fail and previous technical experience requirements. The top 3 scoring applicants will proceed to ITT stage as per the evaluation methodology set out in the procurement documentation.
      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: If you have not yet signed an NDA and wish to access the procurement documentation, please e-mail tenders@camerons.uk.com with the details of 2nr directors (names and e-mail addresses) who are authorised to sign the NDA.

If you have already signed your NDA, please e-mail tenders@camerons.uk.com with detail of the registered e-mail address on Delta that should be invited to the delta tenderbox.       


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:          
      As set out in the procurement 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       
      As set out in the procurement documentation          
      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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - 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: 19/06/2020 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/07/2020       
      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): 12
      
      

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=495538378
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: www.cabinetoffice.gov.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: 20/05/2020

Annex A


View any Notice Addenda

View Award Notice