Imperial War Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FM: Principal Services Provider Framework |
Notice type: | Contract Notice |
Authority: | Imperial War Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The PSP Framework seeks to establish commercial arrangements between IWM and suitably qualified Consultants under which IWM may engage a range of specified consulting services. Consultants should note that successful appointment to the PSP Framework does not guarantee that the Consultant will be engaged on a minimum, or any, amount of work. |
Published: | 11/06/2019 11:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Imperial War Museum
Lambeth Road, London, SE1 6HZ, United Kingdom
Tel. +44 2074165257, Email: sbourne@iwm.org.uk
Contact: Simon Bourne
Main Address: www.iwm.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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-management-services./7629A5DWU2
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: FM: Principal Services Provider Framework
Reference Number: IWM/FM/2194
II.1.2) Main CPV Code:
71540000 - Construction management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The PSP Framework seeks to establish commercial arrangements between IWM and suitably qualified Consultants under which IWM may engage a range of specified consulting services. Consultants should note that successful appointment to the PSP Framework does not guarantee that the Consultant will be engaged on a minimum, or any, amount of work.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 5
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may bid for whichever combination of lots as required for selection into the final tender list
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Multi-Service Consultant
Lot No: 1
II.2.2) Additional CPV codes:
71315300 - Building surveying services.
71541000 - Construction project management services.
71324000 - Quantity surveying services.
71312000 - Structural engineering consultancy services.
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This lot consists of the appointment of a multi-services consultant to assist with the delivery of the following services across all IWM branches:
Comprising the following disciplines
1A – Project Management/Contract Administration
1B – Properties and Facilities Management Consultancy
1C – Quantity Surveying
1D – Building Surveying
1E – Mechanical/Electrical/Plumbing (MEP) Engineering and Design
1F – Structural Engineering and Design
1G – Architectural services
1H – Asset Management Consultancy
1I – Principal Designer/CDM Consultancy
1J – Asbestos Surveying
1K – Fire Strategy and Risk Assessment Consultancy
1L – Procurement Consultancy
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2019 / End: 31/10/2021
This contract is subject to renewal: Yes
Description of renewals: The contract is subject to renewal for two additional one year terms
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The SQ document provides the scoring system to enable the choosing of the candidates
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JV9HUB43E7
II.2) Description Lot No. 2
II.2.1) Title: Marine Consulting Engineering services
Lot No: 2
II.2.2) Additional CPV codes:
98360000 - Marine services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Marine Consulting Engineer will provide the following operational and strategic advice in relation to HMS Belfast located at Queens Walk, London.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2019 / End: 31/10/2021
This contract is subject to renewal: Yes
Description of renewals: The contract is subject to two one year extensions to follow on from the end of the initial period
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GC9927BS5Y
II.2) Description Lot No. 3
II.2.1) Title: Airfield Engineering
Lot No: 3
II.2.2) Additional CPV codes:
71311240 - Airport engineering services.
II.2.3) Place of performance:
UKH12 Cambridgeshire CC
II.2.4) Description of procurement: The Airfield Engineer will provide the following operational and strategic advice in relation to IWM Duxford:
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: 120,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2019 / End: 31/10/2021
This contract is subject to renewal: Yes
Description of renewals: The Contract can be renewed for up to an additional two one year terms
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents
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
II.2) Description Lot No. 4
II.2.1) Title: Transport Consultancy
Lot No: 4
II.2.2) Additional CPV codes:
71311200 - Transport systems consultancy services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Transport Consultant will be experienced in the assessment and analysis of access and egress of people, vehicles and public transport to public museums and large public spaces. Such experience in Central London environments is desirable.
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: 80,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2019 / End: 31/10/2021
This contract is subject to renewal: Yes
Description of renewals: The Contract can be extended by up to two one year terms
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Selection criteria are contained within the SQ
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2K8RD3S27N
II.2) Description Lot No. 5
II.2.1) Title: Landscaping Consultancy
Lot No: 5
II.2.2) Additional CPV codes:
45112700 - Landscaping work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Landscaping Consultant will be experienced in the design, sustainability, regeneration and constructability of open space landscaping. Demonstrated experience of open space landscape consulting within a heritage/conservation environment is essential.
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: 60,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2019 / End: 31/10/2021
This contract is subject to renewal: Yes
Description of renewals: This is subject to two one year extension terms
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: These are contained within the SQ
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5A724Z924V
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: No
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Yes
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: 17/07/2019 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/07/2019
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:
Until: 31/10/2019
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:-Construction-management-services./7629A5DWU2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7629A5DWU2
VI.4) Procedures for review
VI.4.1) Review body:
Imperial War Museum
Lambeth Road, London, United Kingdom
Tel. +44 2074165257
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
IWM will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from IWM before the contract is entered into.
Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Sector Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland. Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the court may order the settling of the award decision or order IWM to amend any document and may award damages. if the contract has been entered into the court may only award damages.
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: 11/06/2019
Annex A