Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Pirbright Institute
Ash
Pirbright
GU24 0NF
UK
Contact person: Karen Thody
Telephone: +44 2033266959
E-mail: tenders@camerons.uk.com
NUTS: UKJ2
Internet address(es)
Main address: www.pirbright.ac.uk
Address of the buyer profile: www.pirbright.ac.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://www.camerons.uk.com/news-and-insights
Additional information can be obtained from another address:
Cameron Consulting
11-13 Macklin Street, Covent Garden
London
WC2B 5NH
UK
Telephone: +44 2033266959
E-mail: tenders@camerons.uk.com
NUTS: UKJ2
Internet address(es)
Main address: http://www.camerons.uk.com/news-and-insights
Tenders or requests to participate must be sent to the following address:
Cameron Consulting
11-13 Macklin Street, Covent Garden
London
WC2B 5NH
UK
Contact person: Procurement
Telephone: +44 2033266959
E-mail: tenders@camerons.uk.com
NUTS: UKI
Internet address(es)
Main address: www.camerons.uk.com
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
Project Specific Commissioning, Verification and Validation (CVV) Services and Client Monitoring MEPH Engineer
II.1.2) Main CPV code
71530000
II.1.3) Type of contract
Services
II.1.4) Short description
The Pirbright Institute (PIR) (the ‘Authority’) inviting tender responses in connection with the procurement of a ‘Project specific Commissioning, Verification and Validation (CVV) services (hereon referred to as the Biggs ARU Commissioning Consultant), and client monitoring MEPH engineer (mechanical, electrical and public health). The Authority is seeking to appoint 1 consultant to undertake the services required. The Authority will award the contract dependent upon the criteria stated in the invitation to tender (ITT). The overall criteria for selection will be based on the most economically advantageous tender (MEAT).
II.1.5) Estimated total value
Value excluding VAT:
125 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71310000
71318000
71321000
71334000
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
Please read — very important: as set out in the tender documentation. In order to receive the tender documentation, please request a confidentiality agreement by sending 2 No email addresses of authorised personnel to tenders@camerons.uk.com
The confidentiality agreement will then be issued to you. On receipt of signed confidentiality agreement, the tender documentation will be released to you.
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:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
On receipt of the 2 email addresses, an electronic version of the confidentiality agreement will be issued to the 2 named signatories. Please note, no changes to the confidentiality agreement are permitted. In the event that a signed confidentiality agreement is not returned, access will not be provided to the 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
List and brief description of conditions:
Professional registration as set out in tender 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.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Please refer to procurement documentation.
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/10/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
09/10/2019
Local time: 12:00
Information about authorised persons and opening procedure:
Tenders will be opened by authorised representatives of The Pirbright Institute and a tender opening log created based on the submissions received.
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 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=426736643
GO Reference: GO-201994-PRO-15327999
VI.4) Procedures for review
VI.4.1) Review body
The Pirbright Institute
As
Pirbright
GU24 0NF
UK
Telephone: +44 2033266959
VI.4.2) Body responsible for mediation procedures
Centre for effective dispute resolution
London
UK
Telephone: +44 2033266959
E-mail: info@cedr.com
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
www.cabinetoffice.gov.uk
London
SW1A 2AS
UK
Telephone: +44 2033266959
Internet address(es)
URL: www.cabinetoffice.gov.uk
VI.5) Date of dispatch of this notice
04/09/2019