Museum of London is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cost Consultancy Services: Museum of London New Museum West Smithfield Project |
Notice type: | Contract Notice |
Authority: | Museum of London |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The Museum of London is seeking to appoint a supplier to provide Cost Consultancy Services for its New Museum West Smithfield Project. The proposed new museum site at West Smithfield is located in the City of London and covers approximately 25,000 sq m. The site includes the now disused General Market, the Fish Market, the triangular Red House, the Iron Mountain site and the basement of the listed 1960s Poultry Market. This unique project – re-imagining a nationally significant landmark – requires outstanding and experienced cost management, dedicated to working with the museum to deliver a successful project between now and 2023. The successful supplier is expected to be announced in Autumn 2016. The budget will be in the range of £200 – £230 million (including fees, inflation and contingency) for construction and exhibition fit out. |
Published: | 16/06/2016 16:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Museum of London
150 London Wall, London, EC2Y 5HN, United Kingdom
Tel. +44 2078145755, Email: procurement@museumoflondon.org.uk
Main Address: http://www.museumoflondon.org.uk
NUTS Code: UKI
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:-Quantity-surveying-services./58X773SR28
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/58X773SR28 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:: Museum
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cost Consultancy Services: Museum of London New Museum West Smithfield Project
Reference Number: Not provided
II.1.2) Main CPV Code:
71324000 - Quantity surveying services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Museum of London is seeking to appoint a supplier to provide Cost Consultancy Services for its New Museum West Smithfield Project. The proposed new museum site at West Smithfield is located in the City of London and covers approximately 25,000 sq m. The site includes the now disused General Market, the Fish Market, the triangular Red House, the Iron Mountain site and the basement of the listed 1960s Poultry Market. This unique project – re-imagining a nationally significant landmark – requires outstanding and experienced cost management, dedicated to working with the museum to deliver a successful project between now and 2023. The successful supplier is expected to be announced in Autumn 2016. The budget will be in the range of £200 – £230 million (including fees, inflation and contingency) for construction and exhibition fit out.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71324000 - Quantity surveying services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Museum of London is seeking to appoint a supplier to provide Cost Consultancy Services for its New Museum West Smithfield Project. The proposed new museum site at West Smithfield is located in the City of London and covers approximately 25,000 sq m. The site includes the now disused General Market, the Fish Market, the triangular Red House, the Iron Mountain site and the basement of the listed 1960s Poultry Market. This unique project – re imagining a nationally significant landmark – requires outstanding and experienced cost management, dedicated to working with the museum to deliver a successful project between now and 2023. The successful supplier is expected to be announced in Autumn 2016. The budget will be in the range of £200 – £230 million (including fees, inflation and contingency). The construction and fit out elements are planned for completion in 2021 with post completion activities including defects and soft landings framework, anticipated to continue to 2023.
To achieve this, the museum is conducting a Competitive Procedure with Negotiation. The Contracting Authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations. The Contracting Authority reserves the right to operate a staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2016 / End: 31/07/2023
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: 5
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Not provided
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
IV.1.1) Type of procedure: Negotiated
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 18/07/2016
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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:
Duration in month(s): 6
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 the purposes of this procurement, the Museum of London has adopted Constructionline (or equivalent), an assessment service for construction related consultants to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you registered with Constructionline or you have updated your profile and information after October 2015, you will not need to compete our full PQQ – simply supply your Constructionline membership number in section 1 of the questionnaire and complete the supplementary questions by the PQQ return deadline.
If you registered with Constructionline before October 2015 and have not updated your profile and information since. please ensure you update your profile including the new 2015 Business and Professional Standing questionnaire in the Business and Professional Standing section of your Constructionline profile. You must confirm the information they hold on your organisation is accurate and that you registered for the for the work category and CPV code 71324000 Quantity Surveying Services.
Please contact Andy Preston on +44 7584703352 or andrew.preston@capita.co.uk for assistance.
It is not a requirement of the Museum of London that suppliers should be registered with Constructionline. Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through completion of the full questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Quantity-surveying-services./58X773SR28
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/58X773SR28
VI.4) Procedures for review
VI.4.1) Review body:
High Court of Justice of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of Justice of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, 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 lodging of appeals may be obtained:
High Court of Justice of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 16/06/2016
Annex A