Reserve Forces' and Cadets' Associations is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PRINCIPAL CONTRACTOR ROLE for PROJECT AINTREE - 2022 - CRFCA |
Notice type: | Contract Notice |
Authority: | Reserve Forces' and Cadets' Associations |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree. The successful tenderer will be required to perform the duties of Principal Contractor ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'). The strategic objective is to safely complete the installation, commissioning and handover of approximately 76 no. individual Modular Secure Facilities (MSFs) on Volunteer Estate sites located throughout the UK. It is anticipated that the contract/works will commence immediately upon award. |
Published: | 23/11/2022 13:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Council of Reserve Forces' and Cadets' Associations
Tennal Grange, Tennal Road, Birmingham, B32 2HX, United Kingdom
Tel. +44 7761513837, Email: co-commercial1@RFCA.MOD.UK
Main Address: https://www.gov.uk/government/organisations/reserve-forces-and-cadets-associations/about, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
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-Birmingham:-Consultative-engineering-and-construction-services.-*Duplicated*/M5R66664QK
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/M5R66664QK 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: https://www.delta-esourcing.com/tenders/UK-title/M5R66664QK
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PRINCIPAL CONTRACTOR ROLE for PROJECT AINTREE - 2022 - CRFCA
Reference Number: Not provided
II.1.2) Main CPV Code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree. The successful tenderer will be required to perform the duties of Principal Contractor ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'). The strategic objective is to safely complete the installation, commissioning and handover of approximately 76 no. individual Modular Secure Facilities (MSFs) on Volunteer Estate sites located throughout the UK. It is anticipated that the contract/works will commence immediately upon award.
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree. The successful tenderer will be required to perform the duties of Principal Contractor ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'). The strategic objective is to safely complete the installation, commissioning and handover of approximately 76 no. individual Modular Secure Facilities (MSFs) on Volunteer Estate sites located throughout the UK. It is anticipated that the contract/works will commence immediately upon award
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 30/01/2023 / End: 31/03/2024
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: 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:
Suppliers must be Construction Line Silver and SSIP accredited.
As part of the tender process, the Principal Contractor will need to demonstrate that they have the necessary skills, knowledge and experience that will enable them to satisfactorily discharge the duties required of a Principal Contractor under the CDM 2015 Regulations. In addition to verifying the competence and resources of their own personnel, the Principal Contractor will also be required to verify the competence of any sub-consultants or contractors/sub-contractors engaged on the project.
The Principal Contractor will need to be Cyber Essentials Plus accredited and their key project personnel will need to hold the, “Security Check” level of security clearance.
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: PIN Notice dispatched on 19 October 2022 - https://www.contractsfinder.service.gov.uk/notice/0074298d-4a64-4684-8e47-8e94f3afcfc3?origin=SearchResults&p=1
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: Yes
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: 21/12/2022 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English, Welsh,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 21/12/2022
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Consultative-engineering-and-construction-services.-*Duplicated*/M5R66664QK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M5R66664QK
VI.4) Procedures for review
VI.4.1) Review body:
TBC
TBC, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/11/2022
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Council of Reserve Forces' and Cadets' Associations
Tennal Grange, Tennal Road, Birmingham, B32 2HX, United Kingdom
Tel. +44 7761513837, Email: co-commercial1@RFCA.MOD.UK
Main Address: https://www.gov.uk/government/organisations/reserve-forces-and-cadets-associations/about, Address of the buyer profile: https://www.delta-esourcing.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: PRINCIPAL CONTRACTOR ROLE for PROJECT AINTREE - 2022 - CRFCA Reference number: Not Provided
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree. The successful tenderer will be required to perform the duties of Principal Contractor ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'). The strategic objective is to safely complete the installation, commissioning and handover of approximately 76 no. individual Modular Secure Facilities (MSFs) on Volunteer Estate sites located throughout the UK. It is anticipated that the contract/works will commence immediately upon award.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/12/2022
VI.6) Original notice reference:
Notice Reference: 2022 - 541149
Notice number in OJ S: 2022/S 000 - 033243
Date of dispatch of the original notice: 23/11/2022
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.7
Place of text to be modified: IV.2.7
Instead of:
Date: 21/12/2022
Local Time: 12:00
Read:
Date: 05/01/2023
Local Time: 12:00
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Consultative-engineering-and-construction-services./M5R66664QK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M5R66664QK