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)

Award

Value

£666,000

Classifications

  • Architectural, construction, engineering and inspection services

Tags

  • award

Submission Deadline

3 years ago

Published

3 years ago

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. However, it will be down to the discretion of the Authority to determine whether one or more Lots will be awarded to the same provider, including any subsidiary or associated companies.

Additional information: Please note that Appendix J - Confidentiality Agreement must be completed, signed, and emailed to [email protected] asap. Then and only then will the full ITT package (Appendix G1-G4) be issued to the requester.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

WYCA - 22 Stations - Design Development

WYCA - 22 Stations - Design Development - Site survey of 22 stations along with associated design activities in line with the below: •Development of a detailed Bill of Quantities (BoQ) aligned with the specific standards and requirements detailed in this tender. Compile of a complete set of B of Q’s highlighting all works & materials required broken down by station. •Production of design proposals that clearly illustrate the proposed interventions at each station, including layouts, General Arrangement and locations of proposed key features such as accessible toilet pods, step-free routes, compliant signage, and tactile surfaces. •Pre-feasibility. Option selection. (GRIP 1-3)* •As part of the work the reliability and maintainability of equipment is to be considered. •The work should consider extent of station lease boundary, and any changes required to accommodate the works. Any access permits/ consents will be obtained by the PC i.e. listed building & LLC. •All required legislation and applicable standards to be identified and compliance to be evidenced. •It is to be assumed there will be a need to involve Network Rail ASPRO therefore it is for the Contractor to provide a fee for attendance to design review meetings, IDC Meeting in accordance with NR/L2/CIV/003 standards. * •All utility requirements such as water, sewage and power are to be considered. •Ensure that all relevant proposed access and egress routes from any new equipment installed are to be DDA compliant. •Review of current access and entry routes ensuring they are compliant with DDA requirements. To propose interventions to align with Accessibility legislation/ compliance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. For more information about this opportunity, please visit the Delta E-Sourcing Portal at: https://www.delta-esourcing.com/respond/B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995537352

Katy Reed

Published 6 hours ago
Open

WYCA - 22 Stations - Design Development

WYCA - 22 Stations - Design Development - Site survey of 22 stations along with associated design activities in line with the below: •Development of a detailed Bill of Quantities (BoQ) aligned with the specific standards and requirements detailed in this tender. Compile of a complete set of B of Q’s highlighting all works & materials required broken down by station. •Production of design proposals that clearly illustrate the proposed interventions at each station, including layouts, General Arrangement and locations of proposed key features such as accessible toilet pods, step-free routes, compliant signage, and tactile surfaces. •Pre-feasibility. Option selection. (GRIP 1-3)* •As part of the work the reliability and maintainability of equipment is to be considered. •The work should consider extent of station lease boundary, and any changes required to accommodate the works. Any access permits/ consents will be obtained by the PC i.e. listed building & LLC. •All required legislation and applicable standards to be identified and compliance to be evidenced. •It is to be assumed there will be a need to involve Network Rail ASPRO therefore it is for the Contractor to provide a fee for attendance to design review meetings, IDC Meeting in accordance with NR/L2/CIV/003 standards. * •All utility requirements such as water, sewage and power are to be considered. •Ensure that all relevant proposed access and egress routes from any new equipment installed are to be DDA compliant. •Review of current access and entry routes ensuring they are compliant with DDA requirements. To propose interventions to align with Accessibility legislation/ compliance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. For more information about this opportunity, please visit the Delta E-Sourcing Portal at: https://www.delta-esourcing.com/respond/B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962 For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-York:-Construction-work./B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962

Katy Reed

Published 10 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete