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
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
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