Defra Engineering Delivery Framework – Construction Work
The Authority is looking to procure Project Management, Design, Build, Installation, Commissioning and Handover Services for works on the APHA Science Estate.
United Kingdom-London: Construction work
2017/S 052-095498
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
17 Nobel House
London
SW1P 3JR
United Kingdom
Contact person: Dawn Donaldson
Telephone: +44 2082258755
E-mail: Dawn.Donaldson@defra.gsi.gov.uk
NUTS code: UK
Address of the buyer profile: https://defra.bravosulutions.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Engineering Delivery Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is looking to procure Project Management, Design, Build, Installation, Commissioning and Handover Services for works on the APHA Science Estate. This includes the estate at Weybridge, as well as the Regional Labs at Starcross, Camarthen, Penrith, Newcastle, Shrewsbury, Bury St Edmonds, Sutton Bonnington and Lasswade and any other similar Authority facilities.
In order that Defra deliver a challenging capital investment plan over the next 4 years, the Authority is looking to place a framework contract to cover these services. These will be broken down into seven (7) Lots.
II.1.5)Estimated total value
II.1.6)Information about lots
Please see details in procurements documents in Bravo.
II.2.1)Title:
Containment Enviroment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency, Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB.
II.2.4)Description of the procurement:
This lot covers the full project life cycle including design, build and installation works inside the containment environment. The works will be MEP biased with supporting works such as builders work, air flow analysis and rectification, containment sealability assessment and rectification, provisions of fixtures and fittings etc. as required to support the MEP works. A key component of Lot 1 will be capability to support testing, commissioning and validation of newly installed equipment or functions within a high level (CL3 and CL4 (only used for SAPO4 — no ACDP4)) containment environment, although work may be requested in any form of containment facility.
Contractors bidding for Lot 1 will be required to demonstrate prior experience of working within a high level containment environment. It is anticipated that the majority of works required will be in SAPO3/ACDP3 environments but there will also be works required in SAPO4.
The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including project management.
In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.
The works undertaken within Lot 1 will be subject to SWIFT, Hazop, LOPA, establishment of SIL ratings and other analysis as required under BS EN 61511 where they create or change a safety function. The successful bidder will be required to demonstrate suitable knowledge and experience of such procedures.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
General Accommodation and Site Infratsructure
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency, Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB.
II.2.4)Description of the procurement:
This lot covers the full project life cycle including design, build and installation works on the overall site, outside containment or in buildings that don’t have containment. The works will be MEP biased with supporting works such as ground works, builders work etc. included to support the MEP works. Additional services such as fabric repairs, redecoration and refurbishment will be included in some projects to deliver support accommodation refurbishment. There may also be a requirement to perform demolitions and building clearances under this lot.
The successful bidders bidding for Lot 2 will be required to demonstrate prior experience of working within a campus environment supporting critical facilities and undertaking works within an operational safety critical environment.
The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including project management.
In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CCTV and Security
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB.
II.2.4)Description of the procurement:
This lot covers the full project life cycle for security and CCTV within internal building and laboratory/animal facilities and external areas. Internally the CCTV installations will provide both user protection function (i.e. man down identification) and a facility security function. The external CCTV works will include expanding and extending the existing system to increase and improve coverage. It will be important for the successful bidder to be able to demonstrate experience in integrating different systems/components into a common reporting and management system if the technology is different than currently in operation.
The access control works will include the update, reconfiguration and installation/replacement of the existing security network and associated access control devices and systems. This includes door interlocks for security to the containment suites.
The existing CCTV and security systems employed throughout the Weybridge site are as follows:
— CCTV — Pelco,
— Security — Hi-Sec (obsolete equipment) and Plan (new equipment).
There is no requirement to deploy the same equipment, but any new devices or systems must interoperate and form part of a single security view on site activity.
For works in containment facilities the successful bidder will be required to comply with the same obligations as entering any containment facility. If required, they may need a supply chain containing containment experienced suppliers, or they can access the containment providers under Lot 1 of this framework.
The successful bidders bidding for Lot 3 will be required to demonstrate prior experience of working within a campus environment supporting critical facilities and undertaking works within an operational environment.
The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including project management.
In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.
The successful bidders will need to demonstrate previous design, installation and commissioning experience, along with project management within a NEC contract environment.
Due to the specialist nature of CCTV and security systems all works let under Lot 3 will be for both design and installation services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
BMS and Critical Alarms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB.
II.2.4)Description of the procurement:
The existing BMS systems on the existing Authority premises are typically Trend systems and the successful bidder shall demonstrate experience of working on Trend systems within a campus environment supporting critical facilities within an operational environment. This will include a mixture of current and obsolete systems and components. Containment experience is not required, but is considered extremely beneficial given the strict requirements for the operation and control of containment facilities.
This lot covers the full project life cycle for BMS both inside and outside containment.
For works in containment facilities the successful contractor will be required to comply with the same obligations as entering any containment facility. If required, they may need a supply chain containing containment experienced suppliers, or they can access the containment contractors under Lot 1 of this framework.
The successful bidders will need to demonstrate previous design, installation and commissioning experience, along with project management within a NEC contract environment. Other works may well include assessment of current configuration, implementation of software changes and updates with associated testing and verification, equipment refresh and retrospective sequence of operation documentation.
The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including project management.
In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.
The successful bidders will need to demonstrate previous design, installation and commissioning experience, along with project management within a NEC contract environment.
The works undertaken within Lot 4 will be subject to SWIFT, Hazop, LOPA, establishment of SIL ratings and other analysis as required under BS EN 61511 or similar where they create or change a safety function. The successful bidder will be required to demonstrate suitable knowledge and experience of such procedures.
Due to the specialist nature of BMS systems all works let under Lot 4 will be for both design and build services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Containment Drainage
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB.
II.2.4)Description of the procurement:
This lot covers the full project life cycle for high level containment facility drainage, to include Effluent Treatment Plant (ETP) and Vacuum Drainage systems and all associated pipework, components and controls. Work will concentrate on recommissioning, equipment refresh and overall operation of existing services, but may also include design, implementation, commissioning and verification of new units as required.
The successful bidders bidding for Lot 5 will be required to demonstrate prior experience of delivering high containment facility drainage systems to include all necessary Hazop and SIL analysis through to validation and verification works.
The works required will include SAPO2, SAPO3, SAPO4, ACDP2 ACDP3 environments.
The successful bidders will need to demonstrate previous design, installation and commissioning experience, along with project management within a NEC contract environment.
The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including project management.
In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.
The works undertaken within Lot 5 will be subject to SWIFT, Hazop, LOPA, establishment of SIL ratings and other analysis as required under BS EN 61511 or similar where they create or change a safety function. The successful bidder will be required to demonstrate suitable knowledge and experience of such procedures.
Due to the specialist nature of containment drainage systems all works let under Lot 5 will be for both design and build services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Containment Expertise
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB.
II.2.4)Description of the procurement:
This lot focuses on the provision of containment expertise in order to provide any or all of the following:
— Development of APHA and Defra containment requirements from inception/business case stage to a position at which they can be procured under this or other appropriate lots.
— Provide design services where capital work within a containment environment is more complicated and crosses services undertaken by multiple lots. Design may be passed across to the Lot 1 contractors at RIBA 2 or 3 on a design and build basis or may continue through to RIBA 4 under this lot with construction support services from Lot 1 from RIBA 5 through to 6 and handover. Defra will be responsible for procuring the work under Lot 1 in both scenarios.
— Undertaken Hazop and SIL assessments on behalf of Defra / APHA or on behalf of contractors from other lots.
— Creation and agreement of containment based documentation, supporting operational improvements or regulatory requirements. Examples would be legislative compliance audits, site standards, test plans for FAT and SAT and verification of current safety systems.
— Provision of advice, guidance and support to the current operational teams.
— Walkdowns of containment facilities and identification of areas for improvement.
— Review of technical responses or design gateway material from this framework or other contractors employed by Defra / APHA.
— Witnessing and management of the testing and commissioning process and on the validation on behalf of Defra / APHA the satisfactory operation and handover of works.
The successful bidder will have a track record in designing, validating and verifying works under ACDP and SAPO 3 and 4 containment facilities.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7 — Project and Site Management Expertise (Client Agent)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB.
II.2.4)Description of the procurement:
This lot focuses on the provision of project and site management expertise for any combination of the following:
— Project management of NEC projects.
— Undertaking the role of the Principal Designer and be responsible for fulfilling the obligations of Principal Designer under CDM Regulations, including the preparation of the design phase, project health and safety file.
— Define project scope/user requirements for works to be delivered by the other Lot providers.
— Managing the Health and Safety of the site.
— Creation, review and approval of site standards for future capital works.
— Review of design gateway material from other contractors employed by Defra / APHA.
— Witnessing and validation on behalf of Defra / APHA the satisfactory operation and handover of works to include review, comment and acceptance of handover documentation.
— Quantity Surveying and cost consultancy.
This Framework will result in multiple contractors (Lots 1-6) working within a single project environment. The role of the Lot 7 contractor may involve the management of these multiple contractors to provide a co-ordinated project delivery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Maximum of bidders to be invited per lot — Please refer to PQQ for further details.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please see PQQ documents for information.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
These will be referenced in the ITT documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
NHS Hard Facilities Management Framework
Contract for a Managed Service Provider, London
Houses of Parliament Multidisciplinary Design Services Framework
Exhibition Design Team Services for National Museum of Flight
JV North Construction Consultant Framework