National Maritime Museum has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Architectural Services for refurbishment of existing spaces into museum galleries |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | We are seeking a multi- disciplinary team led by an architect with significant experience working with English Heritage, Listed buildings and museums and galleries. The architect is to act as lead consultant and contract administrator for the base-build shell and core conversion of the West Central Wing, excluding the design and installation of the exhibitions. Liaison with the exhibition designer(s) will be required.The architect will be required to develop detailed proposals for the refurbishment of the existing spaces to become new galleries; and for the design of a new bridge link between the West Central Wing and the Neptune Court podium. The scope also includes the repair and conservation of significant elements of the building fabric.The team is expected to include M&E services, structural engineer and other consultants deemed necessary e.g. fire engineer, lift engineer. The preliminary cost plan gives a construction total of £2.0million excluding fees, contingency, inflation and VAT |
Published: | 17/12/2014 16:00 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 20883126671, Email: hcornell@rmg.co.uk
Contact: Helen Cornell
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: National Museum
I.3) Main activity:
Recreation, culture and religion
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Architectural Services for refurbishment of existing spaces into museum galleries
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI2 - Outer London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Architectural and related services. Architectural design services. Architectural services for buildings. We are seeking a multi- disciplinary team led by an architect with significant experience working with English Heritage, Listed buildings and museums and galleries. The architect is to act as lead consultant and contract administrator for the base-build shell and core conversion of the West Central Wing, excluding the design and installation of the exhibitions. Liaison with the exhibition designer(s) will be required.The architect will be required to develop detailed proposals for the refurbishment of the existing spaces to become new galleries; and for the design of a new bridge link between the West Central Wing and the Neptune Court podium. The scope also includes the repair and conservation of significant elements of the building fabric.The team is expected to include M&E services, structural engineer and other consultants deemed necessary e.g. fire engineer, lift engineer. The preliminary cost plan gives a construction total of £2.0million excluding fees, contingency, inflation and VAT
II.1.6)Common Procurement Vocabulary:
71200000 - Architectural and related services.
FG25-4 - For buildings or goods of particular historical or architectural interest
CB16-9 - Mechanical and electrical
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 18 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Organisations wishing to express an interest must request a PQQ by email to HCornell@RMG.co.uk no later than 15/1/2015
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
See Pre Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
refer to PQQ
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: nmm14/23964
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 15/01/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/01/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 02/02/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=123617359
GO-20141217-PRO-6235980 TKR-20141217-PRO-6235979
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 17/12/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Architectural and related services.
I.1)Name, Addresses and Contact Point(s):
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 20883126671, Email: hcornell@rmg.co.uk
Contact: Helen Cornell
I.2)Type of the contracting authority:
Other: National Museum
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Architectural Services for refurbishment of existing spaces into museum galleries
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKI2 - Outer London
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Architectural and related services. Architectural design services. Architectural services for buildings. We are seeking a multi- disciplinary team led by an architect with significant experience working with English Heritage, Listed buildings and museums and galleries. The architect is to act as lead consultant and contract administrator for the base-build shell and core conversion of the West Central Wing, excluding the design and installation of the exhibitions. Liaison with the exhibition designer(s) will be required.The architect will be required to develop detailed proposals for the refurbishment of the existing spaces to become new galleries; and for the design of a new bridge link between the West Central Wing and the Neptune Court podium. The scope also includes the repair and conservation of significant elements of the building fabric.The team is expected to include M&E services, structural engineer and other consultants deemed necessary e.g. fire engineer, lift engineer. The preliminary cost plan gives a construction total of £2.0million excluding fees, contingency, inflation and VAT
II.1.5)Common procurement vocabulary:
71200000 - Architectural and related services.
FG25-4 - For buildings or goods of particular historical or architectural interest
CB16-9 - Mechanical and electrical
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality & Experience - 65
Fee Submission - 15
Interview - 20
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: nmm14/23964
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 28/04/2015
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Purcell (trading name of Purcell Miller Tritton LLP)
Postal address: 15 Bermondsey Square, Tower Bridge Road
Town: London
Postal code: SE1 3UN
Country: United Kingdom
Telephone: +44 2073977171
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143463764
GO-2015511-PRO-6590862 TKR-2015511-PRO-6590861
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 11/05/2015