Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
HCLAF (Pirbright Institute) — Procurement of Project Manager and Cost Manager.
Reference number: T10298/1
II.1.2)Main CPV code
71530000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Pirbright Institute is seeking to procure a a Project Manager and Cost Manager, to support the delivery of the design and construction of ‘High Containment Large Animal Facility’ (HCLAF). The estimated construction value is 48 000 000 GBP. Consultants will be expected to work as part of an integrated design team to deliver the project.
II.1.5)Estimated total value
Value excluding VAT: 2 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers may bid for one or both lots. However, the Authority will only award one lot to a Tenderer. Tenderers will be required to state their preference for the lot to be awarded in the event that they are successful on both lots.
II.2)Description
II.2.2)Additional CPV code(s)
71530000
71541000
II.2.3)Place of performance
NUTS code: UKJ23
Main site or place of performance:
II.2.4)Description of the procurement:
The Project Manager will fulfil the role of PM, Risk Manager and Contract Administrator through the design, construction and defect period of the project. The Consultant will enter into the GC/Works/5 (1998) Form of Consultants Agreement (as amended). The Building Contract is GC/Works/1.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2017
End: 31/12/2020
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: As set out in the Procurement Documentation.
II.2.14)Additional information
Applicants should note that they are required to complete a Confidentiality Agreement before tender documents will be made available. The Authority will not provide access to any Applicant who does not complete the Agreement. Please refer to the documentation provided in the tenderbox for instruction on how to complete.
II.2)Description
II.2.2)Additional CPV code(s)
71530000
71324000
II.2.3)Place of performance
NUTS code: UKJ23
Main site or place of performance:
II.2.4)Description of the procurement:
The Cost Manager will fulfil the role through the design, construction and defect period of the project. The Consultant will enter into the GC/Works/5 (1998) Form of Consultants Agreement (as amended). The Building Contract is GC/Works/1.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2017
End: 31/12/2020
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: As set out in the Procurement Documentation.
II.2.14)Additional information
Applicants should note that they are required to complete a Confidentiality Agreement before tender documents will be made available. The Authority will not provide access to any Applicant who does not complete the Agreement. Please refer to the documentation provided in the tenderbox for instruction on how to complete.
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 20/01/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 20/01/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail:
MTJnbGRtPmFjYnAsYW1r
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 a 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 review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
United Kingdom
Telephone: +44 2072761234
Internet address:www.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:
02/12/2016