loading
  • GB-SE1 9RT London
  • 29.09.2014
  • Ausschreibung
  • (ID 2-178462)

The Supply of Project Management and Design Services for the Cell Therapy Catapult Manufacturing Centre


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 29.09.2014, 10:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    The Cell Therapy Catapult has received government funding to establish a large scale Cell Therapy Manufacturing Centre in the UK. Currently, UK manufacturing is served by small academic centres that are designed to provide material for early stage clinical trials. There is currently no large-scale infrastructure in the UK that would enable the manufacture of cell therapies for late stage, phase III manufacturing and subsequently for in-market supply. The location of the centre is in the process of being selected and it is possible the centre will be a new build facility, or the retro fit of an existing building. The Centre will be located in an area capable of supplying the main European Centres via a robust supply chain within 18 hrs — 24 hrs of product manufacture, as this is a common current constraint on shelf life. This location will also position the facility to be able to supply the large potential Middle East and North African (MENA) markets.
    The Cell Therapy Catapult intends to appoint a combined project management and design team to work with the CTC to deliver the proposed new Manufacturing Centre. The appointment will include both the detailed design of the new facility (this will either be on the basis of a conversion of an existing building or a bespoke new build) together with full project and cost management and Construction Design Management Co-ordinator services to ensure on time and on budget construction and qualification of the manufacturing centre facility (the Services). It is envisaged that the team will work closely with the CTC project team to prepare and submit a planning application for the new facility as early as possible. In addition, it is expected the team will work with the CTC to prepare the detailed specification and Employer's Requirements of the new facility and the preparation and evaluation of tender documentation for the appointment of a suitable Principal Contractor on the basis of an NEC3 form of contract.
    The appointed project management and design team will be required to work with CTC and the CTC advisors to develop a detailed design and construction plan for the manufacturing centre from the initial pre-concept design that will be provided by CTC. The detailed design is likely to include architectural and interior design services, civil, structural, mechanical and electrical engineering services, and other relevant design and planning functions. The detailed design and construction plan must be completed in time for construction works to begin in the first half of 2015. It is expected that the detailed design will be completed by April 2015. Further details of the timescales will be provided in the ITT.
    Leistungsumfang
    Details will be provided within the pre-qualification questionnaire (PQQ) and, to those that qualify, in the invitation to tender documents.
    Estimated value excluding VAT:
    Range: between 1 200 000 and 2 000 000 GBP
    Adresse des Bauherren UK-SE1 9RT London
    TED Dokumenten-Nr. 298091-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Cell Therapy Catapult
      12th Floor, Guy's Tower, Great Maze Pond
      SE1 9RT
      London
      VEREINIGTES KÖNIGREICH
      MjEwZWBbazZZaiRZV2pXZmtiaiRlaF0ka2E=

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: http://catapult.org.uk/celltherapy
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      79930000, 71541000, 79415200, 71323200, 71323000, 71242000, 71320000, 22314000

      Beschreibung
      Dienstleistungen bezüglich Produktdesign.
      Projektmanagement im Bauwesen.
      Entwurfsberatung.
      Planung von Werksanlagen.
      Technische Planungsleistungen für industrielle Verfahren und Produktionsabläufe.
      Entwurf und Gestaltung, Kostenschätzung.
      Planungsleistungen im Bauwesen.
      Dessins.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      29.9.2014 - 10:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      E-mail: Cell Therapy Catapult 12th Floor, Guy's Tower, Great Maze Pond SE1 9RTLondon UNITED KINGDOM MjEzYl1YaDNWZyFWVGdUY2hfZyFiZVohaF4=

      Internet address(es):
      General address of the contracting authority: http://catapult.org.uk/celltherapyFurther information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Other: Private company limited by guarantee

      I.3) Main activity
      Other: Cell Therapies

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      The Supply of Project Management and Design Services for the Cell Therapy Catapult Manufacturing Centre.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
      Main site or location of works, place of delivery or of performance: London.
      NUTS code

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement

      II.1.5) Short description of the contract or purchase(s)
      The Cell Therapy Catapult has received government funding to establish a large scale Cell Therapy Manufacturing Centre in the UK. Currently, UK manufacturing is served by small academic centres that are designed to provide material for early stage clinical trials. There is currently no large-scale infrastructure in the UK that would enable the manufacture of cell therapies for late stage, phase III manufacturing and subsequently for in-market supply. The location of the centre is in the process of being selected and it is possible the centre will be a new build facility, or the retro fit of an existing building. The Centre will be located in an area capable of supplying the main European Centres via a robust supply chain within 18 hrs — 24 hrs of product manufacture, as this is a common current constraint on shelf life. This location will also position the facility to be able to supply the large potential Middle East and North African (MENA) markets.
      The Cell Therapy Catapult intends to appoint a combined project management and design team to work with the CTC to deliver the proposed new Manufacturing Centre. The appointment will include both the detailed design of the new facility (this will either be on the basis of a conversion of an existing building or a bespoke new build) together with full project and cost management and Construction Design Management Co-ordinator services to ensure on time and on budget construction and qualification of the manufacturing centre facility (the Services). It is envisaged that the team will work closely with the CTC project team to prepare and submit a planning application for the new facility as early as possible. In addition, it is expected the team will work with the CTC to prepare the detailed specification and Employer's Requirements of the new facility and the preparation and evaluation of tender documentation for the appointment of a suitable Principal Contractor on the basis of an NEC3 form of contract.
      The appointed project management and design team will be required to work with CTC and the CTC advisors to develop a detailed design and construction plan for the manufacturing centre from the initial pre-concept design that will be provided by CTC. The detailed design is likely to include architectural and interior design services, civil, structural, mechanical and electrical engineering services, and other relevant design and planning functions. The detailed design and construction plan must be completed in time for construction works to begin in the first half of 2015. It is expected that the detailed design will be completed by April 2015. Further details of the timescales will be provided in the ITT.

      II.1.6) Common procurement vocabulary (CPV)
      79930000, 71541000, 79415200, 71323200, 71323000, 71242000, 71320000, 22314000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): no

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Details will be provided within the pre-qualification questionnaire (PQQ) and, to those that qualify, in the invitation to tender documents.
      Estimated value excluding VAT:
      Range: between 1 200 000 and 2 000 000 GBP

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals
      This contract is subject to renewal: no

      II.3) Duration of the contract or time limit for completion
      Duration in months: 24 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      The Catapult reserves the right to request guarantees and/or other forms of security. Details will be provided within the pre-qualification questionnaire (PQQ) and, to those that qualify, in the invitation to tender documents.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details will be provided within the pre-qualification questionnaire (PQQ) and, to those that qualify, in the invitation to tender documents.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Catapult reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and severable liability irrespective of the legal form of the contracting entity. Details will be provided in the pre-qualification questionnaire (PQQ) and the invitation to tender documents.

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: The Catapult will require any organisation that is to be invited to tender for the services to have demonstrated that they:
      a) are of sufficient financial standing; and
      b) have sufficient experience, capacity, and capability;
      in the management of the risks associated with delivery of the project.
      Full details of the pre-qualification questionnaire and evaluation criteria are provided in the pre-qualification questionnaire (PQQ) and the invitation to tender documents.

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a CandidateApplicant is eligible to be invited to tender.
      Applicants will be required to answer these questions as part of the qualification process. For Applicants registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Applicants who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Applicants who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Catapult.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Selection information required from Applicants will be stated in the pre-qualification questionnaire (PQQ).
      Minimum level(s) of standards possibly required: Applicant's annual turnover in each of the last 3 consecutive financial years is above GBP 2 500 000, or equivalent financial performance.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Applicants will be assessed in accordance with Part V of the Regulations, on the basis of information provided in response to the pre-qualification questionnaire. Completed response to pre-qualification questionnaires must be returned before the deadline for receipt of responses as notified in the pre-qualification questionnaire.
      Minimum level(s) of standards possibly required:
      Applicants will be required to demonstrate that they will be able to comply with the minimum requirements set out in the policies and strategies of the Catapult, as set out and provided to the Applicant within the pre-qualification questionnaire; in respect of the Applicants technical ability to deliver the Catapult's requirements.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession
      Execution of the service is reserved to a particular profession: no

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 8
      Objective criteria for choosing the limited number of candidates: Details will be provided within the pre-qualification questionnaire (PQQ).

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      CON-0045

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

      IV.3.4) Time limit for receipt of tenders or requests to participate
      29.9.2014 - 10:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information
      To express interest in this opportunity and request a copy of the PQQ, please email MjE2X1pVZTBTZB5TUWRRYGVcZB5fYlceZVtTX11gXFVkVVQ= PQQs must be returned to MjE0QTw3RzJVZiBVU2ZTYmdeZiBhZFkgZ10= by the deadline of 10:00 am on 29.9.2014.
      The Catapult reserves the right (acting in accordance with the Regulations) to:
      — waive any requirements of this procurement process (to the extent permitted by law),
      — request additional information or clarify information from Applicants in relation to any aspect of their response,
      — disqualify any Applicant that does not submit a compliant response in accordance with the Catapult's instructions (see also below),
      — withdraw any part of or the whole of this procurement process at any time or to re-invite responses on the same or any alternative basis,
      — not award the whole of or a part of contract as a result of this procurement process; or,
      — make whatever changes it sees fit to the timetable, structure or content of the procurement process for any reason.
      Furthermore, the Catapult reserves the right (acting in accordance with the Regulations) to reject or disqualify an Applicant where:
      — a response is submitted late, is completed incorrectly, is incomplete or fails to meet the Catapult's requirements which have been notified to Applicants,
      — the Applicant is unable to satisfy the terms of Part V of the the Regulations at any stage during the procurement process,
      — the Applicant is guilty of serious misrepresentation or fraud in relation to its application and/or any aspect of this procurement process,
      — there is a change in identity, control, financial standing or other factor impacting on the ability and capacity of the Applicant to meet the Catapult's requirements for any of the Works, supplies, or services advertised; and/or,
      — there is an actual or potential commercial, professional, financial or other conflict of interest arising between the interests of the Catapult and the Applicant.
      The Applicant is solely responsible for all their costs and expenses incurred in connection with the preparation and submission of their responses at all stages of the procurement process. Under no circumstances will the Catapult be liable for any costs or expenses borne by or on behalf of any Applicant.
      Clarifications and queries in respect of this Contract Notice or the pre-qualification questionnaire must be submitted in writing and via MTRrZmFxPF9wKl9dcF1scWhwKmtuYypxZw== only. Direct emails, telephone calls or correspondence with the Cell Therapy Catapult will not be permitted during the procurement of this opportunity.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      E-mail: Cell Therapy Catapult MjE1YFtWZjFUZR9UUmVSYWZdZR9gY1gfZlw=

      Body responsible for mediation procedures
      E-mail: Cell Therapy Catapult MTVqZWBwO15vKV5cb1xrcGdvKWptYilwZg==

      VI.4.2) Lodging of appeals
      Precise information on deadline(s) for lodging appeals: The Catapult will incorporate a mandatory 10 calendar day standstill periods at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2009 (SI 2009 No. 2992) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may award damages or declare the contract ineffective. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. The Catapult would urge aggrieved Tenderers to communicate any issues process by raising a Clarification Question through the MjExZF9aajVYaSNYVmlWZWphaSNkZ1wjamA= in the first instance in case a solution can be found to avert time consuming actions involving the Courts.

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      30.8.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 02.09.2014
Zuletzt aktualisiert 20.10.2014
Wettbewerbs-ID 2-178462 Status Kostenpflichtig
Seitenaufrufe 44