Cameron Consulting: Construction Partner - Traditional 2 stage build for the Biggs Building

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Construction Partner - Traditional 2 stage build for the Biggs Building
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Works
Procedure: Open
Short Description: The Pirbright Institute is seeking to procure a "Constructor", to support the construction/conversion of ISO10 large animal building to a "Poultry Experimental Facility" (PEF (Biggs Building)). The estimated value of the total project is 6,000,000 GBP including associated supplies and services. Constructors will be expected to work as part of an integrated team to deliver the project successfully.
Published: 31/10/2017 11:27
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Woking: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             The Pirbright Institute
             Ash Road, Pirbright, Woking, GU24 0NF, United Kingdom
             Email: tenders@camerons.uk.com
             Main Address: 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.delta-esourcing.com/tenders/UK-title/EZXE8SZ33S
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/EZXE8SZ33S 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: Construction Partner - Traditional 2 stage build for the Biggs Building       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The Pirbright Institute is seeking to procure a "Constructor", to support the construction/conversion of ISO10 large animal building to a "Poultry Experimental Facility" (PEF (Biggs Building)). The estimated value of the total project is 6,000,000 GBP including associated supplies and services. Constructors will be expected to work as part of an integrated team to deliver the project successfully.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45210000 - Building construction work.
      45211350 - Multi-functional buildings construction work.
      45214000 - Construction work for buildings relating to education and research.
      45214610 - Laboratory building construction work.
      45214620 - Research and testing facilities construction work.
      71246000 - Determining and listing of quantities in construction.
      71310000 - Consultative engineering and construction services.
      71313400 - Environmental impact assessment for construction.
      71313410 - Risk or hazard assessment for construction.
      71500000 - Construction-related services.
      71520000 - Construction supervision services.
      
      II.2.3) Place of performance:
      UKJ2 Surrey, East and West Sussex
      
      II.2.4) Description of procurement: The Authority is seeking a contractor who can successfully deliver the conversion of the large animal facility building to a poultry experimental facility building to an anticipated value of £6m GBP (including services and supplies). The contract form will be JCT standard building contract (with Authority specific amendments as required) and the contractor must be willing to work collaboratively with the integrated project team to fulfil this project.
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 06/02/2018 / End: 03/06/2019       
      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: To access tender documentation, please read the document "Read First" in the tenderbox and follow the instructions provided. The procurement documentation will not be available until 17th November 2017 to allow time for completion of confidentiality agreements.       


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:          
      Please refer to 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.2.2) 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   
   
   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: 2017/S 191 - 391228       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/12/2017 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: 15/12/2017
         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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Woking:-Construction-work./EZXE8SZ33S

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EZXE8SZ33S
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cameron Consulting
       2-4 High Street, West Malling, ME19 6QR, United Kingdom
       Tel. +44 1732600500, Email: tenders@cameron-consulting.co.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: 31/10/2017

Annex A


View any Notice Addenda

View Award Notice