Planning

CRFCA - Project Aintree Phase 3

  • Council of Reserve Forces' and Cadets' Associations

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice identifier: 2024/S 000-006444

Procurement identifier (OCID): ocds-h6vhtk-04441f

Published 28 February 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Council of Reserve Forces' and Cadets' Associations

Tennal Grange, Tennal Road

Birmingham

B32 2HX

Contact

FAO Commercial Team

Email

co-commercialteam@rfca.mod.uk

Telephone

+44 7761513837

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/reserve-forces-and-cadets-associations/about

Buyer's address

https://www.delta-esourcing.com/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CRFCA - Project Aintree Phase 3

Reference number

CRFCA_AintreePhase3_2024_001

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short description

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/J5548D3Q4D The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree Phase 3, which involves the on-site assembly and fitting out of off-site manufactured compliant Modular Secure Facilities (MSF) where weapons and ammunition can be stored. The successful tenderer will be required to perform the duties of Principal Contractor and Principal Designer ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'), managing all subcontracting relationships (e.g., MSF provider, electrics installer, alarm installer). The strategic objective is to safely complete the installation, commissioning and handover of approximately 274 no. individual Modular Secure Facilities (MSFs) that form part of the UK's Volunteer Estate and are under the infrastructure management responsibility of the 13 independent Reserve Forces' and Cadets' Associations (RFCA). The RFCAs receive their infrastructure funding, direction and guidance from the Ministry of Defence, via the Council of Reserve Forces' and Cadets' Associations (CRFCA). To note the number of facilities is approximate as the viability of installing MSFs in some locations is still under review and after site survey may be deemed inappropriate for install. Phase 2 is currently being delivered and it is anticipated that the contract will either overlap the end of the Phase 2 works or start near the end date. This PIN is being published to generate interest from those that have performed the duties of a Principal Contractor/Principal Designer. Ideally, we are interested in those parties that may have experience within a military environment. Our intent is to hold a virtual supplier session as a means of market engagement whilst our business case is making its way through the approvals process. Once approval is achieved, and the Cabinet Office have undertaken their assurance activity, we will be in a position in 2024 to competitively tender the provision. I f this sounds like something your organisation would be interested in, please do register your interest by Wednesday, 20 March 2024 via email containing company name and address and key contact details to co-commercialteam@rfca.mod.uk. In due course, we will advise the details of the virtual sessions.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Council of Reserve Forces' & Cadets' Associations (CRFCA) requires a single contractor to undertake the role of Principal Contractor for Project Aintree Phase 3, which involves the on-site assembly and fitting out of off-site manufactured compliant Modular Secure Facilities (MSF) where weapons and ammunition can be stored. The successful tenderer will be required to perform the duties of Principal Contractor and Principal Designer ensuring the project is managed and compliant with Regulation 13 of the Construction (Design and Management) Regulations 2015 (the 'Regulations'), managing all subcontracting relationships (e.g., MSF provider, electrics installer, alarm installer). The strategic objective is to safely complete the installation, commissioning and handover of approximately 274 no. individual Modular Secure Facilities (MSFs) that form part of the UK's Volunteer Estate and are under the infrastructure management responsibility of the 13 independent Reserve Forces' and Cadets' Associations (RFCA). The RFCAs receive their infrastructure funding, direction and guidance from the Ministry of Defence, via the Council of Reserve Forces' and Cadets' Associations (CRFCA). To note the number of facilities is approximate as the viability of installing MSFs in some locations is still under review and after site survey may be deemed inappropriate for install. Phase 2 is currently being delivered and it is anticipated that the contract will either overlap the end of the Phase 2 works or start near the end date. This PIN is being published to generate interest from those that have performed the duties of a Principal Contractor/Principal Designer. Ideally, we are interested in those parties that may have experience within a military environment. Our intent is to hold a virtual supplier session as a means of market engagement whilst our business case is making its way through the approvals process. Once approval is achieved, and the Cabinet Office have undertaken their assurance activity, we will be in a position in 2024 to competitively tender the provision. I f this sounds like something your organisation would be interested in, please do register your interest by Wednesday, 20 March 2024 via email containing company name and address and key contact details to co-commercialteam@rfca.mod.uk. In due course, we will advise the details of the virtual sessions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Bastion Wall-ACE Modular Storage Facility product and manufacturer details can be viewed by clicking on the following link: https://www.cpni.gov.uk/cse/bastionwall-ace. Successful Tenderers must be Construction Line Gold and SSIP accredited prior to commencement of works, be familiar with CDM Regulations 2015 and will need to hold the 'Security Check' level of security clearance.

two.3) Estimated date of publication of contract notice

4 April 2024


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

CPNI

List X

Any modification to the above list will be noted in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Those who deliver this contract must have prior experience with CDM 2015 Regulations in the role of a Principal Contractor and Principal Designer.

three.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 four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please be aware all parties interested in the provision will be required to register within the Delta e-Tendering Portal which the Reserve Forces and Cadets Associations (RFCA) use for our procurement activity. Go to https://www.delta-esourcing.com and 'register as a supplier'.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Consultative-engineering-and-construction-services./J5548D3Q4D" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Consultative-engineering-and-construction-services./J5548D3Q4D

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/J5548D3Q4D" target="_blank">https://www.delta-esourcing.com/respond/J5548D3Q4D

GO Reference: GO-2024228-PRO-25377882

six.4) Procedures for review

six.4.1) Review body

Council of Reserve Forces' and Cadets' Associations

Holderness House, 51-61 Clifton Street

London

EC2A 4EY

Email

co-commercialteam@rfca.mod.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly