Infrastructure works consultancy services | Tenderlake

Infrastructure works consultancy services

Contract Value:
GBP 15M - 15M
Notice Type:
Contract Notice
Published Date:
08 November 2017
Closing Date:
18 December 2017
Location(s):
UKC NORTH EAST (ENGLAND) (UK UNITED KINGDOM)
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.


Multi-disciplinary Design Team

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 ExpressionOfInterest@crowncommercial.gov.uk

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: eenablement@crowncommercial.gov.uk

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.


Mechanical, Electrical and Public Health Team

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 ExpressionOfInterest@crowncommercial.gov.uk

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: eenablement@crowncommercial.gov.uk

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.


Cost Management

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

ExpressionOfInterest@crowncommercial.gov.uk

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: eenablement@crowncommercial.gov.uk

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.


Project Management

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

ExpressionOfInterest@crowncommercial.gov.uk

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: eenablement@crowncommercial.gov.uk

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.

Download full details as .pdf
The Buyer:
John Innes Centre
CPV Code(s):
45215100 - Construction work for buildings relating to health
45351000 - Mechanical engineering installation works
71242000 - Project and design preparation, estimation of costs
71244000 - Calculation of costs, monitoring of costs
71248000 - Supervision of project and documentation
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71311300 - Infrastructure works consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71314100 - Electrical services
71315200 - Building consultancy services
71315210 - Building services consultancy services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71333000 - Mechanical engineering services
71334000 - Mechanical and electrical engineering services
71530000 - Construction consultancy services
71540000 - Construction management services
71541000 - Construction project management services
72224000 - Project management consultancy services
79415200 - Design consultancy services