CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 178-319362/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: Serfca, Seely House, Shoe Lane
Town: Aldershot
Postal code: GU11 2HJ
Country: United Kingdom
Contact Person: David W Ingram — Head of Estates
Telephone: +44 01252357612
Email: se-estates@rfca.org.uk
Nuts code: UKJ23
Internet address(es):
Main address: www.serfca.org

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Multi discipline Construction Project Management Service — CTC Frimley Park, Surrey, UK.

Reference number: SERFCA/ DWI / 01/2
II.1.2) Main CPV code: 71541000
II.1.3) Type of contract: Services
II.1.4) Short Description: National Cadet Training Establishment, Frimley Park, Surrey, UK — Multi discipline Construction Project Management services from Planning grant through detailed design, procurement, Contract and on site management to completion and handover defects fee within given time frame and budget.
II.1.5) Estimated total value:
Value excluding VAT: 240000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
71541000

II.2.3) Place of performance
Nuts code: UKJ23
Main site or place of performance:
Surrey.

II.2.4) Description of the procurement:
Multi discipline Construction management services to take project from Planning grant through detailed design, procurement, onsite and Contract management to completion and handover defects free to fixed budget and time frame.
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: 245000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 18
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

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:Please see Tender information pack — Registered with Constructionline and recognised Professional Institution experience in Defence / Public Sector related works required.
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

The execution of the contract is restricted to the framework of sheltered employment programmes
III.2.2) Contract performance conditions: This contract requires delivery on given programme with defined end date, within budget and at nil defects on a site which is occupied and working min. 38 weeks in the year.

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 the 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: 2016-10-25 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 tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-10-25 Local time: 12:00 Place:Seely House, Aldershot.

Information about authorised persons and opening procedure:John Taylor, Office Manager, SE RFCA.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
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. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2016912-DCB-8775671.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: South East Reserve Force & Cadet Association, Seely House, Shoe Lane
Town: Aldershot
Postal code: GU11 2HJ
Country: United Kingdom
Telephone: +44 125235612
E-mail: se-estates@rfca.org.uk
Internet address: www.org.uk

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: SE RFCA, Seely House, Shoe Lane
Town: Aldershot
Postal code: GU11 2HJ
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Postal address: SE RFCA, As above
Town: Aldershot
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-09-12

RELATED ARTICLES

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking