loading
  • GB-SN2 1ET Swindon
  • 18.12.2017
  • Ausschreibung
  • (ID 2-283160)

UK SBS FM17155 John Innes Centre Next Generation Infrastructure.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.12.2017, 13:00 Bewerbungsschluss
    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
    MjE1NmlhY1ZkZFpgX0BXOl9lVmNWZGUxVGNgaF9UYF5eVmNUWlJdH1hgZx9mXA==
    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: MjE2VVVeUVJcVV1VXmQwU2JfZ15TX11dVWJTWVFcHldfZh5lWw==
    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

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Swindon: Infrastructure works consultancy services

      2017/S 214-444082

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      John Innes Centre
      Polaris House
      Swindon
      SN2 1ET
      United Kingdom
      Contact person: Rebecca Fish
      Telephone: +44 1793867133
      E-mail: 
      MTJka25wbWFzcGNrY2xyPnNpcWBxLGFtLHNp
      NUTS code: UK

      Internet address(es):

      Main address: www.uksbs.co.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.contractsfinder.service.gov.uk
      Additional information can be obtained from another address:
      UK Shared Buisness Services Ltd
      Polaris House, North Star Avenue
      Swindon
      SN2 1ET
      United Kingdom
      Contact person: Rebecca Fish
      Telephone: +44 1793867133
      E-mail: 
      MTJka25wbWFzcGNrY2xyPnNpcWBxLGFtLHNp
      NUTS code: UKK14

      Internet address(es):

      Main address: https://gpsesourcing.cabinetoffice.gov.uk

      Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk
      Tenders or requests to participate must be submitted to the following address:
      Crown Commercial Services Ltd
      St Martins House, 1 Lyric Square
      London
      United Kingdom
      Telephone: +44 3450103503
      E-mail: 
      MTc+cWlrXmxsYmhnSF9CZ21ea15sbTlca2hwZ1xoZmZea1xiWmUnYGhvJ25k
      NUTS code: UKI

      Internet address(es):

      Main address: https://gpsesourcing.cabinetoffice.gov.uk

      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://gpsesourcing.cabinetoffice.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: public procurement

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      UK SBS FM17155 John Innes Centre Next Generation Infrastructure.

       

      Reference number: UK SBS FM17155
      II.1.2)Main CPV code
      71311300
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      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.

       

      II.1.5)Estimated total value
      Value excluding VAT: 15 000 000.00 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
      II.2)Description
      II.2.1)Title:

       

      Multi-disciplinary Design Team

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71310000
      71311000
      71311300
      71312000
      71313000
      71315200
      71315210
      71530000
      79415200
      II.2.3)Place of performance
      NUTS code: UKC
      Main site or place of performance:

       

      John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.

       

      II.2.4)Description of the procurement:

       

      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 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: MjE2VVVeUVJcVV1VXmQwU2JfZ15TX11dVWJTWVFcHldfZh5lWw==

      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.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70.00 %
      Quality criterion - Name: Presentation / Weighting: 10.00 %
      Price - Weighting: 20.00 %
      II.2.6)Estimated value
      Value excluding VAT: 10 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 10/02/2018
      End: 28/02/2025
      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
      II.2)Description
      II.2.1)Title:

       

      Mechanical, Electrical and Public Health Team

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45351000
      71321000
      71333000
      45215100
      71314100
      71334000
      II.2.3)Place of performance
      NUTS code: UKC
      Main site or place of performance:

       

      John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.

       

      II.2.4)Description of the procurement:

       

      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 MTk8b2dpXGpqYGZlRl1AZWtcaVxqazdaaWZuZVpmZGRcaVpgWGMlXmZtJWxi

      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: MTZfX2hbXGZfZ19objpdbGlxaF1pZ2dfbF1jW2YoYWlwKG9l

      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.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70.00 %
      Quality criterion - Name: Presentation / Weighting: 10.00 %
      Price - Weighting: 20.00 %
      II.2.6)Estimated value
      Value excluding VAT: 3 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 10/02/2018
      End: 28/02/2025
      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
      II.2)Description
      II.2.1)Title:

       

      Cost Management

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71242000
      71244000
      71540000
      71541000
      II.2.3)Place of performance
      NUTS code: UKC
      Main site or place of performance:

       

      John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.

       

      II.2.4)Description of the procurement:

       

      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

      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: MjE4U1NcT1BaU1tTXGIuUWBdZVxRXVtbU2BRV09aHFVdZBxjWQ==

      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.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70.00 %
      Quality criterion - Name: Presentation / Weighting: 10.00 %
      Price - Weighting: 20.00 %
      II.2.6)Estimated value
      Value excluding VAT: 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 10/02/2018
      End: 25/02/2025
      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
      II.2)Description
      II.2.1)Title:

       

      Project Management

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71242000
      71248000
      71541000
      72224000
      II.2.3)Place of performance
      NUTS code: UKC
      Main site or place of performance:

       

      John Innes Centre, Norwich Research Park, Norwich, NR4 7UH.

       

      II.2.4)Description of the procurement:

       

      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: MjE1VlZfUlNdVl5WX2UxVGNgaF9UYF5eVmNUWlJdH1hgZx9mXA==

      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.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70.00 %
      Quality criterion - Name: Presentation / Weighting: 10.00 %
      Price - Weighting: 20.00 %
      II.2.6)Estimated value
      Value excluding VAT: 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 10/02/2018
      End: 25/02/2025
      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

      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.2.2)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: no
      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: 18/12/2017
      Local time: 13:00
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 18/12/2017
      Local time: 14:00
      Place:

       

      Electronically.

       

      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:

       

      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.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      UK Shared Business Services Ltd
      Polaris House
      Swindon
      SN2 1ET
      United Kingdom
      E-mail: 
      MTFvbmtoYng/dGpyYXItYm4tdGo=

      Internet address:www.uksbs.co.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      UK Shared Business Services Ltd
      Polaris House
      Swindon
      SN2 1ET
      United Kingdom
      E-mail: 
      MjE1YWBdWlRqMWZcZFNkH1RgH2Zc

      Internet address:www.uksbs.co.uk

      VI.5)Date of dispatch of this notice:
      06/11/2017
    © 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 08.11.2017
Zuletzt aktualisiert 08.11.2017
Wettbewerbs-ID 2-283160 Status Kostenpflichtig
Seitenaufrufe 125