Cameron Consulting is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Project specific Commissioning Consultant to provide Commissioning, Verification & Validation (CVV) services for the Brooksby Project |
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 Brooksby CVV Commissioning Consultant) |
Published: | 27/09/2019 12:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Pirbright Institute, United Kingdom
Ash Road, Pirbright, GU24 0NF, United Kingdom
Tel. +44 02033266959, 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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Pirbright:-Construction-consultancy-services./8423SV3F24
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: Project specific Commissioning Consultant to provide Commissioning, Verification & Validation (CVV) services for the Brooksby Project
Reference Number: Not provided
II.1.2) Main CPV Code:
71530000 - Construction consultancy services.
LA21-3 - For laboratory use
IA38-0 - For mechanical installations
GC22-2 - Commissioning in
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 Brooksby CVV Commissioning Consultant)
II.1.5) Estimated total value:
Value excluding VAT: 280,000
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: 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.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: 280,000
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: PLEASE READ-VERY IMPORTANT: In order to receive the tender pack, please request a confidentiality agreement (CA) by sending 2nr e-mail addresses of authorised personnel to tenders@camerons.uk.com. The CA will then be issued to you. On receipt of signed CA, the tender will be released. No changes to the CA are permitted.
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As set out in 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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: This is a re-run of a previous procurement which has now been split into two component parts with a strategic need to deliver this project and associated services in accordance with grant funding requirements.
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: 28/10/2019 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: 28/10/2019
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 No
Electronic invoicing will be accepted No
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. PLEASE READ-VERY IMPORTANT: In order to receive the tender pack, please request a confidentiality agreement (CA) by sending 2nr e-mail addresses of authorised personnel to tenders@camerons.uk.com. The CA will then be issued to you. On receipt of signed CA, the tender will be released. No changes to the CA are permitted. In the event that a signed agreement is not returned, access will not be provided to the procurement documentation.
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./8423SV3F24
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8423SV3F24
VI.4) Procedures for review
VI.4.1) Review body:
The Pirbright Institute
Ash Road, Pirbright, GU24 0NF, United Kingdom
Tel. +44 02033266959, Email: tenders@camerons.uk.com
Internet address: www.pirbright.ac.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 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 and 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: 27/09/2019
Annex A