loading
  • GB-SN2 1ET Swindon
  • 20.09.2018
  • Ausschreibung
  • (ID 2-312102)

London Institute of Medical Sciences Building Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.09.2018, 11:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Bauleistung / Objektplanung Gebäude / Kostenmanagement / Technische Ausrüstung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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 MjE5MmVdX1JgYFZcWzxTNlthUl9SYGEtUF9cZFtQXFpaUl9QVk5ZG1RcYxtiWA==
    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.
    Adresse des Bauherren UK-SN2 1ET Swindon
    TED Dokumenten-Nr. 357662-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Swindon: Construction work

      2018/S 156-357662

      Contract notice

      Works

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      UK Research and Innovation
      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

      I.2)Information about 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 Business Services Ltd
      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

      Tenders or requests to participate must be submitted electronically via: 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:

      London Institute of Medical Sciences Building Project

      Reference number: CON18002
      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      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.

      II.1.5)Estimated total value
      Value excluding VAT: 55 000 000.00 GBP
      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)
      71220000
      71242000
      71541000
      72224000
      79415200
      71324000
      71334000
      II.2.3)Place of performance
      NUTS code: UKI33
      Main site or place of performance:

      MRC London Institute of Medical Sciences, Hammersmith Hospital Campus, Du Cane Road, London, W12 0NN

      II.2.4)Description of the procurement:

      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.

      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: 55 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 31/01/2019
      End: 24/11/2021
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

      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.

      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

      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

      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
      Restricted 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: 20/09/2018
      Local time: 11:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 30/10/2018
      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

      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 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

      VI.4)Procedures for review
      VI.4.1)Review body
      UK Shared Business Services
      Polaris House
      Swindon
      SN2 1ET
      United Kingdom
      E-mail: MTFvbmtoYng/dGpyYXItYm4tdGo=
      VI.4.2)Body responsible for mediation procedures
      UK Shared Business Services
      Plaris House
      Swindon
      SN2 1ET
      United Kingdom
      E-mail: MThoZ2RhW3E4bWNrWmsmW2cmbWM=
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      UK Shared Business Services
      Polaris House
      Swindon
      SN2 1ET
      United Kingdom
      E-mail: MjEwZmViX1lvNmthaVhpJFllJGth
      VI.5)Date of dispatch of this notice:
      14/08/2018
    © 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 16.08.2018
Zuletzt aktualisiert 16.08.2018
Wettbewerbs-ID 2-312102 Status Kostenpflichtig
Seitenaufrufe 52