Bewerbungsschluss |
18.12.2017, 13:00
|
Verfahren | Offenes Verfahren |
Gebäudetyp | Technische Infrastruktur |
Art der Leistung | Bauleistung / Objektplanung Gebäude / Kostenmanagement / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Technische Ausrüstung / sonstige / Projektsteuerung |
Sprache | Englisch |
Aufgabe |
UK Shared Business Services Ltd on behalf of the Contracting Authority is putting in place a contract to develop the design of the new JIC (John Innes Center), this has been given the name ‘Next Generation Infrastructure’.
This Tender will be split into 4 lots covering the required disciplines. These diciplines are: Lot 1 — Multi-disciplinary Design Team (MDT) Lot 2 — Mechanical, Electrical & Public Health (MEP) Lot 3 — Cost Management (CM) Lot 4 — Project Management (PM) 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. See Section I.3 for access to procurement documentation. |
Leistungsumfang | To develop the design of the new JIC (which has been assigned the working title of ‘Next Generation Infrastructure’ the following core consultancy services are required. This is a short list of primary inputs required, further detail are included in the individual duties attached to this tender. Project Management Project Management of the Project Team for the course of the Design and Construction Project PM to work under and within the proposed Programme Management Structure, including PMO 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/emptoris by following the link ‘Supplier eSourcing Registration’. 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 sufficient amount of time to register. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/becomea — crown-commercial-service-supplier Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing MTJDdm5wY3FxZ21sTWRHbHJjcGNxcj5hcG11bGFta2tjcGFnX2osZW10LHNp 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. II.2.5) Award criteria II.2.6) Estimated value (for framework agreements or dynamic purchasing systems — estimated total maximum value for the entire duration of this lot) II.2.7) Duration of the contract, framework agreement or dynamic purchasing system 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: 0345010 3503 email: MTRhYWpdXmhhaWFqcDxfbmtzal9raWlhbl9lXWgqY2tyKnFn The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) 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 any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. See Section I.3 for access to procurement documentation. |
Adresse des Bauherren | UK-SN2 1ET Swindon |
TED Dokumenten-Nr. | 444082-2017 |
United Kingdom-Swindon: Infrastructure works consultancy services
2017/S 214-444082
Contract notice
Works
Section I: Contracting authority
Internet address(es):
Main address: www.uksbs.co.uk
Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk
Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk
Section II: Object
UK SBS FM17155 John Innes Centre Next Generation Infrastructure.
UK Shared Business Services Ltd on behalf of the Contracting Authority is putting in place a contract to develop the design of the new JIC (John Innes Center), this has been given the name ‘Next Generation Infrastructure’.
This Tender will be split into 4 lots covering the required disciplines. These diciplines are:
Lot 1 — Multi-disciplinary Design Team (MDT)
Lot 2 — Mechanical, Electrical & Public Health (MEP)
Lot 3 — Cost Management (CM)
Lot 4 — Project Management (PM)
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.
See Section I.3 for access to procurement documentation.
Multi-disciplinary Design Team
John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.
To develop the design of the new JIC (which has been assigned the working title of ‘Next Generation Infrastructure’ the following core consultancy services are required. This is a short list of primary inputs required, further detail are included in the individual duties attached to this tender.
Multi-disciplinary Design Team (MDT)
Prepare designs for the 5 primary business case options.
Consider the implications of the new building on the overall Norwich Research Park masterplan
Prepare designs for the horticultural greenhouses and controlled environment rooms up to RIBA Stage 2 only
Prepare designs for a future 50 % expansion in area up to RIBA Stage 2 only
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/emptoris by following the link ‘Supplier eSourcing Registration’.
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 sufficient amount of time to register. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/becomea — crown-commercial-service-supplier Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement.
This is done by emailing MjE4M2ZeYFNhYVddXD1UN1xiU2BTYWIuUWBdZVxRXVtbU2BRV09aHFVdZBxjWQ==
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.
II.2.5) Award criteria
II.2.6) Estimated value
(for framework agreements or dynamic purchasing systems — estimated total maximum value for the entire duration of this lot)
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
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: 0345010 3503
email: MTdeXmdaW2VeZl5nbTlca2hwZ1xoZmZea1xiWmUnYGhvJ25k
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) 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 any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
See Section I.3 for access to procurement documentation.
Mechanical, Electrical and Public Health Team
John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.
To develop the design of the new JIC (which has been assigned the working title of ‘Next Generation Infrastructure’ the following core consultancy services are required. This is a short list of primary inputs required, further detail are included in the individual duties attached to this tender.
Mechanical, Electrical & Public Health Team
Prepare MEP designs for the five primary business case options
Consider the implications of the new building on the overall Norwich Research Park masterplan
Prepare designs of the greenhouses and Controlled Environment Rooms up to Stage 2 only
Prepare designs for a future 50 % expansion in area up to RIBA Stage 2 only
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/emptoris by following the link ‘Supplier eSourcing Registration’.
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 sufficient amount of time to register. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/becomea — crown-commercial-service-supplier Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement.
This is done by emailing MjEyOWxkZllnZ11jYkNaPWJoWWZZZ2g0V2Zja2JXY2FhWWZXXVVgIltjaiJpXw==
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.
II.2.5) Award criteria
II.2.6) Estimated value
(for framework agreements or dynamic purchasing systems — estimated total maximum value for the entire duration of this lot)
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
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: 0345010 3503
email: MjEwW1tkV1hiW2NbZGo2WWhlbWRZZWNjW2hZX1diJF1lbCRrYQ==
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) 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 any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
See Section I.3 for access to procurement documentation.
Cost Management
John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.
To develop the design of the new JIC (which has been assigned the working title of ‘Next Generation Infrastructure’ the following core consultancy services are required. This is a short list of primary inputs required, further detail are included in the individual duties attached to this tender.
Cost Management
Cost Management for the course of the Project.
Detailed Cost Management of the Construction Project — CM to work under the Project Manager in respect of construction costs
Overview of overall programme budget — CM to work under the PMO in respect of the programme budget
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/emptoris by
following the link ‘Supplier eSourcing Registration’.
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 sufficient amount
of time to register. Full instructions for registration and
use of the system can be found at
https://www.gov.uk/government/publications/becomea
— crown-commercial-service-supplier Once you have
registered on the eSourcing Suite, a registered user
can express an interest for a specific procurement.
This is done by emailing
MTNCdW1vYnBwZmxrTGNGa3Fib2JwcT1gb2x0a2Bsampib2BmXmkrZGxzK3Jo
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.
II.2.5) Award criteria
II.2.6) Estimated value
(for framework agreements or dynamic purchasing
systems — estimated total maximum value for the
entire duration of this lot)
II.2.7) Duration of the contract, framework agreement
or dynamic purchasing system
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:
0345010 3503
email: MTdeXmdaW2VeZl5nbTlca2hwZ1xoZmZea1xiWmUnYGhvJ25k
The Contracting Authority expressly reserves the right
(i) not to award any contract as a result of the
procurement process commenced by publication of
this notice; and
(ii) 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 any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
See Section I.3 for access to procurement
documentation.
Project Management
John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.
To develop the design of the new JIC (which has been assigned the working title of ‘Next Generation Infrastructure’ the following core consultancy services are required. This is a short list of primary inputs required, further detail are included in the individual duties attached to this tender.
Project Management
Project Management of the Project Team for the course of the Design and Construction Project
PM to work under and within the proposed Programme Management Structure, including PMO
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/emptoris by
following the link ‘Supplier eSourcing Registration’.
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 sufficient amount
of time to register. Full instructions for registration and
use of the system can be found at
https://www.gov.uk/government/publications/becomea
— crown-commercial-service-supplier Once you have
registered on the eSourcing Suite, a registered user
can express an interest for a specific procurement.
This is done by emailing
MTJDdm5wY3FxZ21sTWRHbHJjcGNxcj5hcG11bGFta2tjcGFnX2osZW10LHNp
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.
II.2.5) Award criteria
II.2.6) Estimated value
(for framework agreements or dynamic purchasing
systems — estimated total maximum value for the
entire duration of this lot)
II.2.7) Duration of the contract, framework agreement
or dynamic purchasing system
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:
0345010 3503
email: MTFkZG1gYWtkbGRtcz9icW52bWJubGxkcWJoYGstZm51LXRq
The Contracting Authority expressly reserves the right
(i) not to award any contract as a result of the
procurement process commenced by publication of
this notice; and
(ii) 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 any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
See Section I.3 for access to procurement
documentation.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Electronically.
Section VI: Complementary information
The Contracting Authority expressly reserves the right
(i) not to award any contract as a result of the
procurement process commenced by publication of
this notice; and
(ii) 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 any Supplier.
If the Contracting Authority decides to enter into a
Contract with the successful supplier, this does not
mean that there is any guarantee of subsequent
contracts being awarded.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
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 I.3.
Internet address:www.uksbs.co.uk
Internet address:www.uksbs.co.uk
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.
Ausschreibung veröffentlicht | 08.11.2017 | ||
Zuletzt aktualisiert | 08.11.2017 | ||
Wettbewerbs-ID | 2-283160 | Status | Kostenpflichtig |
Seitenaufrufe | 125 |
|
|
||
|
|||
Wettbewerbe, Ausschreibungen und Stellenanzeigen | |||
Für Architekten, Landschaftsarchitekten, Ingenieure und Studierende | |||
Büroprofile erfolgreicher Ingenieur- und Architekturbüros | |||
Alles online und täglich aktuell | |||