Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
Polaris House
Contact point(s): Construction & FM Team, Construction & FM Procurement
SN1 2FF Swindon
United Kingdom
Telephone: +44 1793867005
E-mail: MTNDSk1vbGByb2JqYmtxPXJocF9wK2BsK3Jo Clearly stating the reference CON16018 Multidisciplinary Design Team
Internet address(es):
General address of the contracting authority: www.uksbs.co.uk
Address of the buyer profile: www.uksbs.co.uk
Electronic access to information: https://gpsesourcing.cabinetoffice.gov.uk
Electronic submission of tenders and requests to participate: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: UK Shared Business Services Ltd
Polaris House, North Star Avenue
Contact point(s): Construction and FM Team
SN1 2FF Swindon
United Kingdom
E-mail: MjE1VmlhY1ZkZFpgX2BXWl9lVmNWZGUxVGNgaF9UYF5eVmNUWlJdH1hgZx9mXA==
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
Body governed by public law
I.3)Main activity
Other: public procurement — medical/research/science
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
MRC Medical Research Council
2nd Floor, David Phillips Building Polaris House, North Star Avenue
SN2 1FL Swindon
United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
UK SBS CON16018 Multidisciplinary Design Team for the LMS Building project.
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
NUTS code UK
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)
Design of a research facility including CL2 laboratories, CBS facilities including procedure and in-vivo imaging facilities, In-vitro imaging facilities and all relevant support provisions. The scope of work includes all necessary disciplines, including architecture, mechanical and electrical engineering, structural engineering as well as specialist aspects, such as noise and vibration assessments (amongst others). The appointment will be as one multidisciplinary design team.
A Bidders conference day is scheduled for the 24.3.2017, suppliers are requested to confirm attendees (maximum 3) by 24:00 23.3.2017.
If you are interested in registering for this requirement please email MjEwPENGaGVZa2hbY1tkajZrYWlYaSRZZSRrYQ== and we will add you to the distribution list when issuing the RFP. Please clearly state the reference CON16018 Design Team.
II.1.6)Common procurement vocabulary (CPV)
79415200, 71321000, 45315100, 71334000, 71312000, 71220000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Design of a research facility including CL2 laboratories, CBS facilities including procedure and in-vivo imaging facilities, In-vitro imaging facilities and all relevant support provisions. The scope of work includes all necessary disciplines, including architecture, mechanical and electrical engineering, structural engineering as well as specialist aspects, such as noise and vibration assessments (amongst others). The appointment will be as one multidisciplinary design team.
A Bidders conference day is scheduled for the 24.3.2017, suppliers are requested to confirm attendees (maximum 3) by 24:00 23.3.2017.
If you are interested in registering for this requirement please email MjE4NDs+YF1RY2BTW1NcYi5jWWFQYRxRXRxjWQ== and we will add you to the distribution list when issuing the RFP. Please clearly state the reference CON16018 Design Team.
Estimated value excluding VAT:
Range: between 3 000 000 and 4 000 000 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: 60 (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:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bids to be priced in GBP.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium, SPV, Partnership should ideally have a designated lead service provider, all members will have joint and several liability in respect of the obligations and liabilities to any contract or framework and any subsequent contracts awarded under the same.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
Suppliers (including SPV's, Consortia and Partnerships) may be required to clearly demonstrate recent successful experience in similar projects and environments.
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: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a suffient amount of time to register.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing MTFEd29xZHJyaG5tTmVIbXNkcWRycz9iYnItZnJoLWZudS10ag==
Your email must clearly state:
the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier;
the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503
email: MTRvcWxsaGVhbjxfX28qY29lKmNrcipxZw==
Training support to respond to a requirement is available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed using the instructions detailed in III.2.1.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
UK SBS CON16018
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 26.4.2017 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.5.2017 - 14:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 4.5.2017 - 14:00
Persons authorised to be present at the opening of tenders: no
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
The Contracting Authority expressly reserves the right not to award any contract as a result of the procurement process commenced by publication of this notice; and to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.3.2017