Natural History Museum: Design team services to oversee refurbishment of specimen storage space.

  Natural History Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Design team services to oversee refurbishment of specimen storage space.
Notice type: Contract Notice
Authority: Natural History Museum
Nature of contract: Services
Procedure: Restricted
Short Description: This project aims to refurbish the current Anthropology collection store (in the sub-basement of the Palaeontology Building) and to convert a WC into a staff office. In order to carry out the works the collection needs to be temporarily decanted. The area identified to house the collection and provide researcher access is currently used as a library. The existing library shelves need to be replaced with more suitable temporary shelving for the Anthropology Collection.
Published: 27/03/2017 16:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Architectural design services.
Section I: Contracting Authority
      I.1) Name and addresses
             Natural History Museum
             Cromwell Road, London, SW7 5BD, United Kingdom
             Tel. +44 2079425416, Email: y.hanlonrosslee@nhm.ac.uk
             Main Address: www.nhm.ac.uk
             NUTS Code: UKI1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./GRN4U7Q5Z5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/GRN4U7Q5Z5 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Public Museum
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Design team services to oversee refurbishment of specimen storage space.       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71220000 - Architectural design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This project aims to refurbish the current Anthropology collection store (in the sub-basement of the Palaeontology Building) and to convert a WC into a staff office. In order to carry out the works the collection needs to be temporarily decanted. The area identified to house the collection and provide researcher access is currently used as a library. The existing library shelves need to be replaced with more suitable temporary shelving for the Anthropology Collection.       
      II.1.5) Estimated total value:
      Value excluding VAT: 280,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71220000 - Architectural design services.
      71321000 - Engineering design services for mechanical and electrical installations for buildings.
      71327000 - Load-bearing structure design services.
      
      II.2.3) Place of performance:
      UKI1 Inner London
      
      II.2.4) Description of procurement: This tender is for design services from RIBA Stage 3 onwards, with this PQQ stage serving to shortlist those suppliers who will be Invited to Tender.
Activities included within this scope of works includes acting as Lead Designer for the project, responsible principal designer activities, QS, contractor management as well as contract administration. Establish collections move configurations, stakeholder management, production to drawings for tender, production of RIBA stage reports.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 280,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2018 / End: 30/06/2019       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
             
      Objective criteria for choosing the limited number of candidates: Award Criteria for PQQ is described in associated documentation. The Museum intend to invite the top six scoring suppliers to ITT however, the Museum reserves the right to vary the number of bidders invited to tender dependent on the quality of submissions received.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 26/04/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/05/2017       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./GRN4U7Q5Z5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GRN4U7Q5Z5
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Chartered Institute of Arbitrators
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/03/2017

Annex A


View any Notice Addenda

View Award Notice

UK-London: Architectural design services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Natural History Museum
       Cromwell Road, London, SW7 5BD, United Kingdom
       Tel. +44 2079425416, Email: y.hanlonrosslee@nhm.ac.uk
       Main Address: www.nhm.ac.uk
       NUTS Code: UKI3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Public Museum

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Design team services to oversee refurbishment of specimen storage space.            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71220000 - Architectural design services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This project aims to refurbish the current Anthropology collection store (in the sub-basement of the Palaeontology Building) and to convert a WC into a staff office. In order to carry out the works the collection needs to be temporarily decanted. The area identified to house the collection and provide researcher access is currently used as a library. The existing library shelves need to be replaced with more suitable temporary shelving for the Anthropology Collection.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 188,050
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71220000 - Architectural design services.
            71321000 - Engineering design services for mechanical and electrical installations for buildings.
            71327000 - Load-bearing structure design services.


      II.2.3) Place of performance
      Nuts code:
      UKI3 - Inner London – West
   
      Main site or place of performance:
      Inner London – West
             

      II.2.4) Description of the procurement: This tender is for design services from RIBA Stage 3 onwards, with this PQQ stage serving to shortlist those suppliers who will be Invited to Tender.
Activities included within this scope of works includes acting as Lead Designer for the project, responsible principal designer activities, QS, contractor management as well as contract administration. Establish collections move configurations, stakeholder management, production to drawings for tender, production of RIBA stage reports.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2017

      V.2.2) Information about tenders
         Number of tenders received: 16
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Architype Limited
             London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 188,050
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=275807209

   VI.4) Procedures for review

      VI.4.1) Review body
          The Chartered Institute of Arbitrators
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 31/08/2017