Section one: Contracting authority
one.1) Name and addresses
PIRBRIGHT INNOVATIONS LIMITED
Pirbright
WOKING
GU240NF
procurement@pirbrightinnovations.co.uk
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
http://www.pirbrightinnovations.com
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://procurement@pirbrightinnovations.co.uk
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
Other type
Institute
one.5) Main activity
Other activity
Animal Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Veterinary Vaccine Manufacturing and Innovation Centre (Vet-VMIC) - Lot 1 Project Manager (PM) Lot 2 Cost Manager (CM) Lot 3 Multi-Disciplinary Design Team (MDDT)
Reference number
PIRINNO-001/2022
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The Veterinary Vaccine Manufacturing and Innovation Centre for Livestock and Zoonotic Diseases (abbreviated to 'Vet-VMIC') is a proposed new facility at The Pirbright Institute in Surrey, UK.
The Vet-VMIC core objectives will be to stimulate the development of new vaccines for animal health and public health, both in the UK and globally. The Vet-VMIC will build on and develop expertise in veterinary virology, bacteriology, parasitology, immunology, and vaccine development.
The Vet-VMIC building will predominately be a Clean Room, GLP containment level 2 (SAPO2/ACDP2/GMO2) building with 1x laboratory Clean room suite designed to GMP level that will have the capability of working with SAPO3/ACDP3/GMO3 classified pathogens.
The Authority is seeking to establish three contracts, otherwise defined as "Lots", as follows:-
Lot 1 - Project Manager
Lot 2 - Cost Manager
Lot 3 - Multi-Disciplinary Design Team
Tenderers may apply for all lots.
two.1.5) Estimated total value
Value excluding VAT: £666,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Project Manager
Lot No
1
two.2.2) Additional CPV code(s)
- 71242000 - Project and design preparation, estimation of costs
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
The Project Manager shall act as the lead consultant in relation to all matters in connection with the design and construction of the Vet-VMIC (RIBA stages 0-7) being responsible for liaising with and co-ordinating the activities of the Project Team. The Project Manager shall act as the Client's representative for the purposes of and shall perform all the functions and comply with all the obligations imposed on the Client's Agent by, the Building Contract and any Third-Party Agreements. The Project Manager will be required to assist the Client in the procurement and evaluation of the Principal Contractor.
The Project Manager, in conjunction with the Cost Manager, will establish rigorous cost control procedures and ensure the approved cost limit is maintained. The Project Manager with the support of the Cost Manager and other consultants will undertaking active risk management including quantitative risk assurance.
The Project Manager will work closely with the Client and their expert advisors, Cost Manager, Multidisciplinary Design Team, other consultants, contractors, and all others involved with the project to foster a partnering culture. The culture will embody the principles of mutual trust and co-operation with an overall aim of delivering a successful project on time and to budget.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 September 2022
End date
23 June 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 Cost Manager (CM)
Lot No
2
two.2.2) Additional CPV code(s)
- 71244000 - Calculation of costs, monitoring of costs
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
The Cost Manager shall provide cost management and quantity surveyor services as required to support the Project Manager and Client in connection with the design and construction of the Vet-VMIC (RIBA stages 0-7). The Cost Manager will be required to assist the Client in the procurement and evaluation of the Principal Contractor; provide monthly projected cashflow estimates until completion of the works; and assist the project manager and other consultants in undertaking active risk management, quantitative risk assurance and value management exercises including whole life cycle costings.
The Cost Manager will promote a 'design to budget' philosophy, actively participating in the design process and provide constructive comments and advice. The Cost Manager, in conjunction with the Project Manager, will establish rigorous cost control procedures and ensure that designs are strictly monitored against the agreed cost plan and the approved cost limit is maintained.
The Cost Manager will work closely with the Client and their expert advisors, Project Manager, Multidisciplinary Design Team, other consultants, contractors, and all others involved with the project to foster a partnering culture. The culture will embody the principles of mutual trust and co-operation with an overall aim of delivering a successful project on time and to budget.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 September 2022
End date
23 June 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
The Multidisciplinary Design Team shall provide all the disciplines required for the design of the Vet-VMIC (up to and including RIBA stage 4a) and act as the Client Monitoring Team during the principal Contractor design stage, construction, and handover into operations (RIBA stages 4b - 7). Pirbright Innovations Limited will contract with the designated Lead Consultant.
The services undertaken by the Multi-Disciplinary Design Team are outlined below and include:
• Lead Consultant;
• Information Management;
• Principal Designer;
• Architect (including interior design and space planning);
• BREEAM Consultant;
• Fire Strategy Consultant;
• Landscape Architect;
• Structural Engineer;
• Civil Engineer;
• Clerk of Works (Architectural, Structural & Civil);
• Building Services Engineer;
• Acoustic Consultant;
• Commissioning, Verification and Validation Consultant.
The Multidisciplinary Design Team are to incorporate Bio-containment, Good Manufacturing Practice (GMP), Net carbon-zero and Equity, Diversity and Inclusion (EDI) expertise across the services to be delivered as appropriate.
The Multidisciplinary Design Team will be responsible for the managing the design process, providing an appropriate design programme for each design stage, actively promoting a 'design to cost' philosophy and ensuring that designs are strictly monitored against the agreed cost plan and the approved cost limit is maintained. They will provide support to the Planning Consultant in securing planning permission (reserve matter planning application).
The Multidisciplinary Design Team will work closely with the Client and their expert advisors, Project Manager, Cost Manager, other consultants, contractors, and all others involved with the project to foster a partnering culture. The culture will embody the principles of mutual trust and co-operation with an overall aim of delivering a successful project on time and to budget.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 September 2022
End date
23 June 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-008841
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 July 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This requirement has also been advertised on Contracts Finder.
https://www.contractsfinder.service.gov.uk/Notice/54eb15a0-f37e-4a2c-a901-06bbb48330da
The ITT package can be found on Contracts Finder or on request from procurement@pirbrightinnovations.co.uk
Please note that Appendix J - Confidentiality Agreement must be completed, signed, and emailed to procurement@pirbrightinnovations.co.uk asap. Then and only then will the full ITT package (Appendix G1-G4) be issued to the requester.
six.4) Procedures for review
six.4.1) Review body
Pirbright Innovations Limited
Pirbright, Woking
Country
United Kingdom