loading
  • GB-GU24 0NF Pirbright
  • 19.05.2017
  • Ausschreibung
  • (ID 2-262578)

Poultry Experimental Facility (PEF) — Procurement of Project Team


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.05.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung sonstige / Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Thermische Bauphysik / Technische Ausrüstung / Kostenmanagement / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The Pirbright Institute is seeking to procure a ‘Project Team’ comprising a Project Manager, Cost Manager and Multidisciplinary Design Team to support the delivery of the design and conversion of ISO 10 (constructed in circa 2005) into a ‘Poultry Experimental Facility’ (PEF) via a Construction Management procurement approach. Consultants will be expected to work as part of an integrated project team to deliver the project. The Construction Manager appointment will be the subject of a separate procurement action. The estimated construction value is 11 000 000 GBP.
    Leistungsumfang
    The Authority is seeking a Multidisciplinary Design team that will fulfil the role of Lead Consultant/Principal Designer throughout the project across all RIBA Plan of Work Stages 0 — 7.
    Adresse des Bauherren UK-GU24 0NF Pirbright
    TED Dokumenten-Nr. 145117-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Pirbright: Construction consultancy services

      2017/S 075-145117

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Pirbright Institute
      Ash Road
      Pirbright
      GU24 0NF
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MjE5YVJbUVJfYC1QTlpSX1xbGlBcW2BiWWFWW1QbUFwbYlg=
      NUTS code: UKJ23

      Internet address(es):

      Main address: http://www.pirbright.ac.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Pirbright:-Construction-consultancy-services./27358E68YA
      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:

       

      Poultry Experimental Facility (PEF) — Procurement of Project Team.

       

      Reference number: T10305/1
      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 ‘Project Team’ comprising a Project Manager, Cost Manager and Multidisciplinary Design Team to support the delivery of the design and conversion of ISO 10 (constructed in circa 2005) into a ‘Poultry Experimental Facility’ (PEF) via a Construction Management procurement approach. Consultants will be expected to work as part of an integrated project team to deliver the project. The Construction Manager appointment will be the subject of a separate procurement action. The estimated construction value is 11 000 000 GBP.

       

      II.1.5)Estimated total value
      Value excluding VAT: 900 000.00 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 tender for all lots but can only be awarded 1 lot. Tenderers are required to state their preference for an award of contract.

       

      II.2)Description
      II.2.1)Title:

       

      Lo1 1 — Project Manager

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71530000
      71541000
      II.2.3)Place of performance
      NUTS code: UKJ23
      Main site or place of performance:

       

      Surrey.

       

      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 JCT Construction Management Contract 2011.

       

      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: 215 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/07/2017
      End: 30/06/2020
      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.2.1)Title:

       

      Lot 2 — Cost Manager

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71530000
      71324000
      II.2.3)Place of performance
      NUTS code: UKJ23
      Main site or place of performance:

       

      Surrey.

       

      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 JCT Construction Management Contract 2011.

       

      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: 150 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/07/2017
      End: 30/06/2020
      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.2.1)Title:

       

      Lot 3 — Multi-Disciplinary Design Team

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71530000
      71000000
      71200000
      71220000
      71240000
      71250000
      71251000
      71300000
      71310000
      71311000
      71312000
      71322000
      71314310
      71320000
      71321000
      71333000
      71334000
      II.2.3)Place of performance
      NUTS code: UKJ23
      Main site or place of performance:

       

      Surrey.

       

      II.2.4)Description of the procurement:

       

      The Authority is seeking a Multidisciplinary Design team that will fulfil the role of Lead Consultant/Principal Designer throughout the project across all RIBA Plan of Work Stages 0 — 7.

       

      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: 535 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/07/2017
      End: 30/06/2020
      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: 19/05/2017
      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: 19/05/2017
      Local time: 12:00
      Information about authorised persons and opening procedure:

       

      Tenders will be opened and logged by the Authority's Procurement Consultant, Cameron Consulting. A full audit trail is available on Delta eSourcing relating to the time of tender uploads from Applicants and when tenders are opened.

       

      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:

       

      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-Pirbright:-Construction-consultancy-services./27358E68YA

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/27358E68YA

      GO Reference: GO-2017412-PRO-9995480.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The Pirbright Institute
      Ash Road
      Pirbright
      GU24 0NF
      United Kingdom
      Telephone: +44 1732600500
      E-mail: MTlrXGVbXGlqN1pYZFxpZmUkWmZlamxja2BlXiVaZiVsYg==
      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: MjE2WV5WXzBTVVRiHlNfXQ==

      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 & 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:
      12/04/2017
    © 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 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262578 Status Kostenpflichtig
Seitenaufrufe 47