{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-067e4a-2026-04-08T15:42:03+01:00",
    "date": "2026-04-08T15:42:03+01:00",
    "ocid": "ocds-h6vhtk-067e4a",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLRM-7846-HGLG",
            "name": "Forestry Commission",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLRM-7846-HGLG"
            },
            "address": {
                "streetAddress": "620 Bristol Business Park",
                "locality": "Bristol",
                "postalCode": "BS16 1EJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Lucia Mihok",
                "email": "lucia.mihok@forestresearch.gov.uk",
                "telephone": "0300 067 4000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/forestry-commission",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLRM-7846-HGLG",
        "name": "Forestry Commission"
    },
    "tender": {
        "id": "CR2025/26/123",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Construction of a new laboratory building (Holt 2 Lab), designed and built to operate at Containment Level 3 (CL3) standards",
        "description": "SCOPE OF WORKS: Construction of a new laboratory building designed and built to operate at Containment Level 3 (CL3), on a greenfield site within the existing boundary of Forest Research's Alice Holt Research Station in Farnham, Surrey, UK. The new 'Holt 2' research facility will be a purpose-built expansion of existing facilities at Forest Research's Alice Holt Research Station, designed to significantly enhance the UK's capability and capacity to study tree pests and pathogens in controlled environments. The new facility will significantly increase the capacity of the existing Holt 1 containment laboratory. Full specifications will be provided in the Specification Documents once the Invitation to Tender is released. The project overview document is attached to this notice. CONTRACT STRATEGY: Traditional construction works, turnkey contract (Client-supplied detailed design & specification) on a fixed lump sum basis using the NEC4 ECC Main Option A - Priced contract with Activity Schedule. Performance Bond (10%), and Parent Company Guarantees (where applicable). Liquidated damages for delay are anticipated to be set at PS700 per day, subject to confirmation in the ITT. DESIGN STRATEGY: At the time of issuing the ITT, detailed design and specification for all elements (RIBA Stage 4) will have been completed (and included in the ITT); the appointed turnkey contractor will take responsibility from, and progress from, the start of RIBA Stage 5 onwards. It is anticipated that the ITT may include an option (or alternative) for the novation of client-supplied designs to the turnkey contractor. Note that certain proprietary equipment and supply chain requirements will be specified within the ITT where necessary to meet technical and operational requirements of the contract works. The new building is required to achieve a BREEAM Excellent rating, demonstrating a high standard of environmental performance and sustainability. Note: A Planning Application has been submitted for this build. The contract scope includes all works and services required to deliver the laboratory as a fully operational, CL3-validated containment facility, as outlined above, on a turnkey basis. This includes traditional building construction works--such as foundations, structural steelwork, cladding, building services and landscaping--as well as specialist laboratory and containment facility works. Included with this Notice are the following documents and drawings, which provide further information on the location and the overall laboratory building structure: 1.3434001 A (Location Plan) 2.3434009 (Proposed Block Plan) 3.3434010 D (Proposed Ground Floor Plan) 4.3434011 D (Proposed First Floor Plan) 5.3434012 C (Proposed Roof Plan) 6.3434015 B (Proposed North Elevation) 7.3434016 B (Proposed South Elevation) 8.3434017 A (Proposed East Elevation) 9.3434018 A (Proposed West Elevation) 10.8492PLGA110 (Proposed Site Plan) 11.G28553PERHL2XXDRS06001 P04 12.G28553PERHL2XXDRS06002 P04 13.Holt 2 project overview for tender - rev01",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45214610",
                        "description": "Laboratory building construction work"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 20000000,
            "amount": 16666667,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Competitive flexible procedure description: This procurement is being conducted under the competitive flexible procedure and consists of the following process stages. Suppliers interested in this opportunity must respond to this Notice by submitting a Request to Participate (i) only if they meet the initial conditions for participation specified in this Notice and (ii) by submitting a Request to Participate containing all the required information specified in this Notice. Requests to Participate received by the deadline stated in this Notice will be checked to ensure (i) the initial conditions for participation are met and (ii) they contain all the required information: If the answer is 'yes' in both cases, the applicant will be sent a Procurement Specific Questionnaire for completion and return by a prescribed deadline. The Procurement Specific Questionnaire will contain selection criteria in the form of a combination of 'pass/fail' questions (covering areas such as health and safety, CDM Regulations, and 'excluded/excludable' suppliers under Schedules 6 & 7 of the PA23), and questions that will be evaluated and scored (e.g. technical capability, capacity and experience). Completed Procurement Specific Questionnaires returned by the deadline will be reviewed and if a \"pass\" is achieved in all \"pass/fail\" questions, the other question responses will be assessed and an overall total score awarded. Supplier overall total scores will be ranked, from highest score to lowest score, and the top five ranked suppliers will be selected for inclusion on the tender list. The Invitation to Tender (ITT) will contain the evaluation criteria (commercial, quality, technical etc), weightings and scoring method that will be used to assess tenders received. The following is a summary of the process that follows from issue of ITT: Activity: .................................................................Indicative timing: Issue Invitation to Tender...........................................Mid-July 2026 All tenderers' site visit.........................................Early August 2026 Tender submission deadline..........................Mid-September 2026 Evaluation of tenders (including handling post tender queries/clarifications).........Mid -September to mid-October 2026 Identify shortlisted tenderers.............................Mid-October 2026 Request updated/revised tenders (possibly BAFO) from shortlisted tenderers.........................................Late October 2026 Final tender submission deadline...................Mid-November 2026 Evaluation of final tender submissions.......Mid-November to early December 2026 Contract award decision made and notified (assessment summaries issued)..........................................Mid-December 2026 Contract Award Notice published..................Mid-December 2026 'Standstill' period.................................Mid to late December 2026 Contract awarded..........................................Late December 2026 Client funding on-stream/on-site mobilisation & handover..............5 April 2027"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://app.panacea-software.com/ForestryCommission/eRFX-Suppliers/OpenReq.aspx?requirementId=437958a9-fb02-4edf-b218-d06bff93c6e2",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-06T15:00:00Z",
        "enquiryPeriod": {
            "endDate": "2026-04-28T09:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-12-31T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 20000000,
                    "amount": 16666667,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Quality & Price (includes Social Value) The criteria (price/cost, quality, technical etc), the weightings and the scoring method used will be stated in the Invitation to Tender.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Price/Cost/Commercial",
                            "description": "The criteria (price/cost, quality, technical etc), the weightings and the scoring method used will be stated in the Invitation to Tender"
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Technical/Non-commercial",
                            "description": "The criteria (price/cost, quality, technical etc), the weightings and the scoring method used will be stated in the Invitation to Tender"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "To submit a Request to Participate in response to this Notice, suppliers must meet the following conditions: 1. Must be registered on the Central Digital Platform and shared their up-to-date core information (as defined in regulation 6(9) of the Procurement Regulations 2024). 2. An annual turnover of not less than PS20m. 3. Must have or be able to obtain: -Public Liability Insurance of not less than PS10 M, -Professional Indemnity Insurance of not less than PS15M, -Contractor's All Risks Insurance of not less than PS15M. 4. Accept the NEC4 ECC as the basis for the conditions of contract for any subsequent contract."
                        },
                        {
                            "type": "technical",
                            "description": "5. Experience as a Principal Contractor under CDM Regulations. 6. A Quality Management System certified (by a Nationally Accredited Certification Body) to ISO9001:2015, or an equivalent alternative standard, with an appropriate scope to deliver the contract requirements."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-01-04T00:00:00Z",
                    "endDate": "2029-03-31T23:59:59+01:00"
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "Dividing the requirement into two lots - one contract for the building structure/envelope work and another contract for the internal specialist containment/fit out work - was considered; however, this approach was not selected, as it was assessed as very likely to: (i) extend the overall project delivery timescale, (ii) result in an increased total cost of delivery, and (iii) introduce challenging interfaces and significant technical risks."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-14398",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14398",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "032066-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032066-2026",
                "datePublished": "2026-04-08T15:42:03+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "Dependencies on the completion of enabling works. Dependencies associated with client-supplied design finalisation."
    },
    "language": "en"
}