Laboratory Design and Construction Work
Design of Molecular Biology Laboratory in Fajara.
United Kingdom-Swindon: Architectural and related services
2016/S 084-148885
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
For the attention of: Huw Pearce
SN1 2FF Swindon
UNITED KINGDOM
Telephone: +44 1793867005
E-mail: fmprocurement@UKSBS.co.uk
Internet address(es):
General address of the contracting authority: www.uksbs.co.uk
Address of the buyer profile: www.uksbs.co.uk
Further information can be obtained from: UK Shared Business Services Ltd
North Star House, North Star Avenue
Contact point(s): FM Team
SN1 2FF Swindon
UNITED KINGDOM
E-mail: expressionofinterest@crowncommercial.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Medical Research Council
David Phillips Building, Polaris House
SN2 1FL Swindon
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The scope does not include the review of the works, which will need to be undertaken at the Himsworth Laboratory after the molecular laboratory works have vacated into the new facility.
II.1.6)Common procurement vocabulary (CPV)
71200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Putting the business into shared services.
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector: helping our customers improve efficiency, generate savings and modernise.
It is our vision to become the leading provider for our customers of shared business services in the UK public sector, continuously reducing cost and improving quality of business services for Government and the public sector.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities: innovating and transforming their own organisations.
Core services include Procurement, Finance, Grants Admissions, Human Resources, Payroll, ISS and Property Asset Management all underpinned by our Service Delivery and Contact Centre teams.
UK SBS is a people rather than task focused business. It’s what makes us different to the traditional transactional shared services centre. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer.
UK Shared Business Services Ltd changed its name from RCUK Shared Services Centre Ltd in March 2013.
Our Customers:
Growing from a foundation of supporting the Research Councils, 2012/13 saw Business Innovation and Skills (BIS) transition their procurement to UK SBS and Crown Commercial Service (CCS) agree a Memorandum of Understanding with UK SBS to deliver 2 major procurement categories (construction and research) across Government.
UK SBS currently manages 700 000 000 GBP expenditure for its Customers, our growth projections anticipate this will rise to 1 000 000 000 GBP in 2013/14.
UK SBS is procuring the Contract as a central purchasing body for itself and Customers who are Other Public Bodies (OPB’s). This means that OPB’s referred to in the OJEU Notice may also participate in the Contract.
Detailed on the UK SBS Ltd website is a list of all organisations, institutes, centres and bodies (Authorised Entities) that may also use any appropriately advertised Contract let by UK Shared Business Services Ltd The full list is detailed below.
UK SBS Pan Government list is available at: https://intranet.uksbs.co.uk/procurement/teamsite/Pages/SourcingContract.aspx
Document ‘Customer Profiles’.
Estimated value excluding VAT:
Range: between 200 000 and 300 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for a 3 year period with a 1 year option to extend.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: The Government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money. As part of the transparency agenda, Government has made the following commitments with regard to procurement and contracting:
All new Central Government contracts over the value of 10 000 GBP to be published in full online from July 2010;
All new Central Government sourcing documents for contracts over 10 000 GBP to be published on a single website from September 2010, with this information to be made available to the public free of charge;
New items of Central Government spending over 25 000 GBP to be published online from November 2010;
All new Central Government contracts to be published in full from January 2011.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new Government contract, the resulting contract between the supplier and Government will be published. In some circumstances, limited reductions will be made to some contracts before they are published in order to comply with existing law and for the protection of national security. Service providers must clearly demonstrate recent successful experience in similar projects and environments.
Potential suppliers will be excluded if 1 of the following applies:
— The supplier is in a state of bankruptcy, insolvency, compulsory winding up, administration, receivership, composition with creditors or any analogous state or subject to relevant proceedings;
— Has been convicted of a criminal offence related to the business of professional misconduct;
— Has committed an act of grave misconduct in the course of business;
— Has not fulfilled obligations relating to the payment of taxes;
— Is guilty of serious misrepresentation in supplying information required by the authority;
— Is not in possession of a licence or not a member of the appropriate trade or other organisation where the law requires it.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s eSourcing suite. To participate in this procurement, participants must 1st be registered on the eSourcing suite. If bidders have not yet registered on the eSourcing suite, this can be done online at:https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which the bidder is registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://ccs.cabinetoffice.gov.uk/iamsupplier/respondtender
Once the bidder has 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 The email must clearly state:
— The name and reference number for the procurement the bidder wishes to register for;
— The name of the registered supplier;
— The name and contact details of the registered individual sending the email.
Crown Commercial Service will process the email and then enable the bidder to access the procurement online via the eSourcing suite. The registered user will receive a notification email to alert them once this has been done. As a user of the eSourcing 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.
(RFx=(tender process).
Please note that it is your responsibility to access these emails on a regular basis to ensure that you have sight of all relevant information. For technical assistance on the use of the eSourcing suite, please contact Crown Commercial Service help desk: Freephone. 0345 010 3503; email:supplier@crowncommercial.gov.uk
Training support to respond to a requirement is available to bidders at: http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be published by the date in IV.3.4)
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC of the European Parliament and of the Council), on the basis of information provided in response to Request for Proposal.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)
We will also require to see at least 1 of the following documents.
Note — if you have been trading for more than 3 years we will require you to produce Document 1.
Document 1 — A copy of your audited accounts for the most recent 2 years;
Document 2 — A statement of your turnover, profit and loss account and cash flow for the most recent year of trading;
Document 3 — A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position;
Document 4 — Alternative means of demonstrating financial status if trading for less than a year;
Document 5 — Parent Company accounts (if applicable);
Document 6 — Deeds or guarantee;
Document 7 — Accountants references;
Document 8 — Management accounts;
Document 9 — Financial projections including cash flow forecasts;
Document 10 — Details and evidence of previous contracts.
Minimum level(s) of standards possibly required: Candidates will be assessed in accordance with Public Contracts Regulations 2015 on the basis of information provided in response to the Request for Proposal.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)
The Contracting Authority may have regard to any of the following means in its assessment:
(a) List of the works carried out in the past 5 years;
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private involved. Evidence of delivery and services provided shall be given, where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the Bidder or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Accredited to ISO 9001:2008 or equivalent and any subsequent revisions.
Accredited or working towards ISO 14001 or equivalent.
III.2.3)Technical capacity
Candidates will be assessed in accordance with Public Contracts Regulations 2015 on the basis of information provided in response to Request for Proposal.
The sourcing documents can be accessed using the instructions detailed in III.2.1)
The Contracting Authority may have regard to any of the following means in its assessment:
(a) A list of the works carried out over the past 5 years or goods and services carried out in the past 3 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority; — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the Bidder or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical.
Minimum level(s) of standards possibly required (if applicable):
III.2.4) Information about reserved contracts (if applicable).
III.3) Conditions Specific to Services Contracts.
III.3.1) Information about a particular profession.
Execution of the service is reserved to a particular profession. If yes, reference to the relevant law, regulation or administrative provision.
III.3.2) Staff responsible for the execution of the service.
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service.
Section IV) Procedure:
IV.1) Type of Procedure:
IV.1.1) Type of procedure equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(i) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
The Procurement Policy Manager
UNITED KINGDOM
E-mail: Policy@uksbs.co.uk
Body responsible for mediation procedures
UK Shared Business Services Ltd
UNITED KINGDOM
E-mail: Policy@uksbs.co.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Avenue
SN1 2FF Swindon
UNITED KINGDOM
E-mail: Policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Pathology Services Contract Liverpool
Managed Laboratory Services for Microbiology
JCT Design and Build Contract Sheffield
Design and Build Contractor Wokingham