The British Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Interior Design Consultancy Services |
Notice type: | Contract Notice |
Authority: | The British Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The contract is for a framework agreement to cover the supply of design and other advisory roles in connection with 2 and 3D Interior Design projects commissioned by the British Museum. This Contract Notice also includes a further lot for the provision of design advice in connection with signage and way-finding. Expressions of interest for individual Lots will be considered and will be evaluated separately. |
Published: | 02/03/2015 15:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
Contact: Procurement, Attn: Steven Davies
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:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
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: Interior Design Consultancy Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI1 - Inner London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 400,000 and 800,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Interior design services. The contract is for a framework agreement to cover the supply of design and other advisory roles in connection with 2 and 3D Interior Design projects commissioned by the British Museum. This Contract Notice also includes a further lot for the provision of design advice in connection with signage and way-finding. Expressions of interest for individual Lots will be considered and will be evaluated separately.
II.1.6)Common Procurement Vocabulary:
79932000 - Interior design services.
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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Provision of a framework agreement to supply consultancy services for interior design services.
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: 2D Design
1)Short Description:
The supply of, but not exclusively, the carrying out of 2D Design and other advisory services in connection with projects commissioned by the British Museum.
2)Common Procurement Vocabulary:
79932000 - Interior design services.
3)Quantity Or Scope:
The Lot comprises the establishment of a framework agreement with a minimum of 3 consultants for the provision of 2D Design services in connection with projects undertaken by the Contracting Authority. Bidders should note that inclusion on the framework is not a guarantee of being awarded any commission and selection will be by 'call-off' or 'mini-bid'. The British Museum reserves the right to suspend or cancel this procurement process at any time and will not accept any liability for costs incurred in tendering.
Value range between: 150,000 and 250,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: 3D Design
1)Short Description:
The supply of, but not exclusively, the carrying out of 3D Design and other advisory services in connection with projects commissioned by The British Museum
2)Common Procurement Vocabulary:
79932000 - Interior design services.
3)Quantity Or Scope:
The Lot comprises the establishment of a framework agreement with a minimum of 3 consultants for the provision of 3D Design services in connection with projects undertaken by the Contracting Authority. Bidders should note that inclusion on the framework is not a guarantee of being awarded any commission and selection will be by 'call-off' or 'mini-bid'The British Museum reserves the right to suspend or cancel this procurement process at any time and will not accept any liability for costs incurred in tendering
Value range between: 150,000 and 250,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Design and consultancy advice for signage and way-finding
1)Short Description:
The supply of, but not exclusively, the carrying out of design and other advisory services in connection with signage and way-finding projects commissioned by the British Museum.
2)Common Procurement Vocabulary:
79932000 - Interior design services.
79822500 - Graphic design services.
3)Quantity Or Scope:
The Lot comprises the establishment of a framework agreement with a minimum of 3 consultants for the provision of design and consultancy advice for signage and way-finding services in connection with projects undertaken by the Contracting Authority. Bidders should note that inclusion on the framework is not a guarantee of being awarded any commission and selection will be by 'call-off' or 'mini-bid'. The British Museum reserves the right to suspend or cancel this procurement process at any time and will not accept any liability for costs incurred in tendering.
Value range between: 100,000 and 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and/or parent company guarantee may be required.
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.
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.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
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: Not Provided
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 and maximum number: 9
Objective Criteria for choosing the limited number of candidates:
The justification and criteria for shortlisting economic operators to be invited to tender is available in the Pre-Qualification Questionnaire.
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: BM/15/009
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/04/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 27/05/2015
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.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. Pre-Qualification questionnaire (PQQ) is to be completed with two hard copies and one copy returned on CD or memory stick by the deadline stated in IV.3.4. Please email sdavies@thebritishmuseum.ac.uk for the PQQ. Failure to complete and return a PQQ will disqualify an economic operator. Economic operators should note that the British Museum reserves the right to cancel this procurement at any stage. There is no obligation for the British Museum to place contracts under the framework agreement. Economic operators are liable for all their costs of tendering and any other costs associated with participating in this procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Interior-design-services./32C4P5HA27
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/32C4P5HA27
GO-201532-PRO-6407158 TKR-201532-PRO-6407157
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238000, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Tel. +44 2074217444, URL: http://www.ciarb.org/
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
VI.5) Date Of Dispatch Of This Notice: 02/03/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Interior design services.
I.1)Name, Addresses and Contact Point(s):
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
Contact: Procurement, Attn: Steven Davies
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
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: Interior Design Consultancy Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKI1 - Inner London
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Interior design services. The contract award is for a framework agreement to cover the supply of design and other advisory roles in connection with 2 and 3D Interior Design projects commissioned by the British Museum. This contract award also includes a lot for the provision of design advice in connection with signage and way-finding.
II.1.5)Common procurement vocabulary:
79932000 - Interior design services.
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)
Value: 800,000
Currency: GBP
Excluding VAT: Yes
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 - 60
Price - 40
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: BM/15/009
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 47 - 81495 of 07/03/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: 2D Design
Lot Number: 2
Title: 3D Design
Lot Number: 3
Title: Design and Consultancy for Signage and Wayfinding
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Haley Sharpe Design Limited
Postal address: 11-15 Guildhall Lane
Town: Leicester
Postal code: LE1 5FQ
Country: United Kingdom
Email: janes@haleysharpe.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: 2D Design
Lot Number: 2
Title: 3D Design
Lot Number: 3
Title: Design and Consultancy for Signage and Wayfinding
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Maynard Design
Postal address: 9A Southwick Mews
Town: London
Postal code: W2 1JG
Country: United Kingdom
Email: julian@maynard-design.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: 2D Design
Lot Number: 2
Title: 3D Design
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Ralph Appelbaum Associates
Postal address: 1-5 Portpool Lane
Town: London
Postal code: EC1N 7UU
Country: United Kingdom
Email: jenniferbell@raai.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: 3D Design
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Nord Architecture
Postal address: 9 Durham Yard, Teesdale Street
Town: London
Postal code: E2 6QF
Country: United Kingdom
Email: graeme@nordarchitecture.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: 3D Design
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Stanton Williams Limited
Postal address: 36 Graham Street
Town: London
Postal code: N1 8GJ
Country: United Kingdom
Email: l.brimson@stantonwilliams.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: 3D Design
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Universal Design Studio
Postal address: 37-42 Charlotte Road
Town: London
Postal code: EC2A 3PG
Country: United Kingdom
Email: natalie@universaldesignstudio.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: Design and Consultancy for Signage and Wayfinding
V.1)Date Of Contract Award: 01/12/2015
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Endpoint Limited
Postal address: 165 Tower Bridge Road
Town: London
Postal code: SE1 3LW
Country: United Kingdom
Email: paul.veness@endpoint.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 800,000
Currency: GBP
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=174110763
GO-20151217-PRO-7470349 TKR-20151217-PRO-7470348
VI.3.1)Body responsible for appeal procedures:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238000, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Tel. +44 2074217444, URL: http://www.ciarb.org/
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238739, Email: sdavies@thebritishmuseum.ac.uk, URL: http://www.britishmuseum.org/
VI.4)Date Of Dispatch Of This Notice: 17/12/2015