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:
Construction Partner — Traditional 2 stage build for the Biggs Building.
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
The Pirbright Institute is seeking to procure a ‘Constructor’, to support the construction/conversion of ISO10 large animal building to a ‘Poultry Experimental Facility’ (PEF (Biggs Building)). The estimated value of the total project is 6 000 000 GBP including associated supplies and services. Constructors will be expected to work as part of an integrated team to deliver the project successfully.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45210000
45211350
45214000
45214610
45214620
71246000
71310000
71313400
71313410
71500000
71520000
II.2.3)Place of performance
NUTS code: UKJ2
Main site or place of performance:
Surrey, East and West Sussex.
II.2.4)Description of the procurement:
The Authority is seeking a contractor who can successfully deliver the conversion of the large animal facility building to a poultry experimental facility building to an anticipated value of 6 000 000 GBP (including services and supplies). The contract form will be JCT standard building contract (with Authority specific amendments as required) and the contractor must be willing to work collaboratively with the integrated project team to fulfil this project.
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: 6 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 06/02/2018
End: 03/06/2019
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: no
II.2.14)Additional information
To access tender documentation, please read the document ‘Read First’ in the tender-box and follow the instructions provided. The procurement documentation will not be available until 17.11.2017 to allow time for completion of confidentiality agreements.
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
List and brief description of conditions:
Please refer to procurement documentation.
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.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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: 15/12/2017
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: 15/12/2017
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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:
MTRlamJrPF9hYG4qX2tp
Internet address:www.cedr.com
VI.4.3)Review procedure
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:
31/10/2017