United Kingdom-Swindon: Construction work
2018/S 156-357662
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
Polaris House
Swindon
SN2 1ET
United Kingdom
Contact person: Nicola Turner
E-mail: MjE0WF9iZGFVZ2RXX1dgZjJnXWVUZSBVYSBnXQ==
NUTS code: UKK14
Internet address(es):
Main address: www.ukri.org
Address of the buyer profile: www.uksbs.co.uk
Polaris House
Swindon
SN2 1ET
United Kingdom
Contact person: Nicola Turner
E-mail: MjE1V15hY2BUZmNWXlZfZTFmXGRTZB9UYB9mXA==
NUTS code: UKK14
Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk
Section II: Object
London Institute of Medical Sciences Building Project
UK SBS wishes to establish a contract for the appointment of a Principle contractor who will work collaboratively with UK research and innovation, Medical Research Council (MRC), the Contracting Authority with a view to bringing the LMS Construction project to a finality.
This is a Services and works contract being procured under the OJEU Restricted procedure regulations.
It is intended to procure the LMS construction project on a 2-stage design and build basis. The main construction contract will be an amended NEC Engineering and construction contract (NEC3) Option A – Fixed price with activity schedule, which will be head contract between MRC and the preferred provider.
Following a successful RFI and RFQ stage the Awarded contractor will be appointed to the Second Stage under a PCSA (pre-construction service agreement), and subject to a 100 % cost certain lump sum offer at the end of the PCSA period within the MRC’s budget the construction contract will be awarded.
MRC London Institute of Medical Sciences, Hammersmith Hospital Campus, Du Cane Road, London, W12 0NN
Executive summary.
The MRC London Institute of medical sciences (LMS) is currently located in various facilities on the Hammersmith Hospital Campus. Existing facilities are aged and not suitable to accommodate new and innovative technology and research methods.
The MRC is seeking to use the opportunity for a new build facility, which will cater for the Institute’s future needs, provide the infrastructure required to maintain and increase its scientific impact and establish a home for the Institute. It will also enhance MRC LMS’s strong partnerships with Imperial’s Faculty of Medicine, as well as with the Faculty of Engineering and natural sciences. This access to medicine, physics, chemistry and engineering affords the institute superb support for delivering on its multidisciplinary remit to strengthen the interface between clinical and basic science. This project is co-funded by MRC and Imperial College London.
Priorities for the Institute include the provision of a fit for purpose CBS facility which will meet LMS’s future needs, and a new in-vitro imaging centre, bringing together the Institute’s existing imaging equipment and, crucially, provide additional high-quality space for the incorporation of new state-of-the art imaging technologies such as cryo-EM.
The new building also is expected to consolidate LMS researchers, ideally within a single building, which will provide a more conducive environment for communication and collaboration across the institute. Provision within the new facility of additional space to relieve the current constrained conditions in LMS and to provide flexible collaborative space for interactions with partner organisations, including with Imperial College, are also important considerations.
MRC LMS is located adjacent to the Wolfson Educational Centre in Hammersmith Hospital Campus on the former Cyclotron building plot. This is situated in a ‘live’ hospital environment and surrounded by occupied buildings. These multiple stakeholders include Imperial College Healthcare Trust, Imperial College London, Ark Burlington Danes Academy, Linford Christie Sports Centre, local residents and other highways users.
For a full scope please refer to the documentation.
All submissions will be assessed in accordance with the Public Contracts Regulations 2015.
This procurement will be managed electronically via the Crown commercial service’s e-Sourcing suite. To participate in this procurement, you must first be registered on the e-Sourcing Suite. If Bidders are not yet registered then this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link ‘Supplier eSourcing Registration’.
Please note; to register Bidders must have a valid DUNS number for the organisation they are registering.
Registration may take some time, please ensure that you allow sufficient time to register.
Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know
Once registered, you can express an interest for a specific procurement by emailing MjExOm1lZ1poaF5kY0RbPmNpWmdaaGk1WGdkbGNYZGJiWmdYXlZhI1xkayNqYA==
The registered user will receive a notification email to alert them once they have been linked into the requested procurement.
As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service, which facilitates all messages sent to you and from you in relation to the RFX event.
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.
During the selection stage, the intention is to arrive at a short List of no more than 5 qualified Bidders to be considered for award stage evaluation. In the event that there are more than the maximum stated number of qualified Bidders, all bidders that have final scores in within the top 5 places will be taken through to RFQ stage.
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
Section VI: Complementary information
The final date and time for receipt of requests to participate 20.9.2018 at 10:00 am
The final date and time for receipt of tender submission is 20.9.2018 at 11:00 am
The Contracting Authority expressly reserves the right to:
(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.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in I.3
Polaris House
Swindon
SN2 1ET
United Kingdom
E-mail: MTFvbmtoYng/dGpyYXItYm4tdGo=
Plaris House
Swindon
SN2 1ET
United Kingdom
E-mail: MThoZ2RhW3E4bWNrWmsmW2cmbWM=
Polaris House
Swindon
SN2 1ET
United Kingdom
E-mail: MjEwZmViX1lvNmthaVhpJFllJGth