Tender

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)

  • PIRBRIGHT INNOVATIONS LIMITED

F02: Contract notice

Notice identifier: 2022/S 000-015219

Procurement identifier (OCID): ocds-h6vhtk-032924

Published 31 May 2022, 2:22pm



Section one: Contracting authority

one.1) Name and addresses

PIRBRIGHT INNOVATIONS LIMITED

Pirbright

WOKING

GU240NF

Email

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