New Museum Project - West Smithfield Main Works Procurement: New Museum Project - Trade Package: Partitions, Drylining and Ceilings (General Market)

  New Museum Project - West Smithfield Main Works Procurement is using Delta eSourcing to run this tender exercise

Notice Summary
Title: New Museum Project - Trade Package: Partitions, Drylining and Ceilings (General Market)
Notice type: Contract Notice
Authority: New Museum Project - West Smithfield Main Works Procurement
Nature of contract: Works
Procedure: Open
Short Description: The Museum of London is looking to procure a contract to provide partitioning, drylining and ceiling works to the General Market as part of its New Museum Project at West Smithfield working under its appointed Construction Manager. Further detail relating to the expected scope of works is included later in this notice.
Published: 30/06/2023 07:18

View Full Notice

UK-London: Museum construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Museum of London
             150, London Wall, London, EC2Y 5HN, United Kingdom
             Tel. +44 3335661983, Email: procurement@museumoflondon.org.uk
             Contact: Owen Mills
             Main Address: www.delta-esourcing.com
             NUTS Code: UKI31
      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:-Museum-construction-work./H87YX2N3X3
      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
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: New Museum Project - Trade Package: Partitions, Drylining and Ceilings (General Market)       
      Reference Number: TP7050GM
      II.1.2) Main CPV Code:
      45212313 - Museum construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The Museum of London is looking to procure a contract to provide partitioning, drylining and ceiling works to the General Market as part of its New Museum Project at West Smithfield working under its appointed Construction Manager. Further detail relating to the expected scope of works is included later in this notice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45421141 - Installation of partitioning.
      45421152 - Installation of partition walls.
      45421146 - Installation of suspended ceilings.
      45324000 - Plasterboard works.
      
      II.2.3) Place of performance:
      UKI31 Camden and City of London
      
      II.2.4) Description of procurement: These Trade Contract Works shall comprise the planning, sequencing, management, Trade-Contractor Design including connections, coordination, project specific method statements, technical submittals, surveys, risk assessments, procurement, manufacturing, delivery, offloading, storage, distribution, setting out, positioning, installing, and handover of the complete Drylining, partitions and ceilings including, but not limited to:
1.Provision to allow installation of flush skirting with shadow gap beads to be incorporated into fire / acoustic rated partitions.
2.Angle reinforcements behind boards at re-entrant corners.
3.Install fire / acoustic seals.
4.Allow for DPC installation under partitions according to construction information.
5.Cavity insulation
6.Structural movement joints
7.Sealant: Gyproc FireStrip, soft extruded intumescent gap sealer
8.Continuous beads of acoustic sealant, fire rated where required, around the perimeter of the framing or to the outer edges of the board, ensuring all air paths are sealed.
9.In shaft walls the core board is to be bedded onto continuous beads of fire rated sealant and board joints of the outer layer to be sealed to the inner layer with continuous beads of fire rated sealant.
10.Removal of any COSHH waste.
11.All access for the works.
12.All horizontal movement of materials.
13.Comply with required recycled content.
14.Making good around cut-outs made by MEPH contractors.
15.Strengthening studs around door openings and wherever necessary.
16.Form box outs around building services.
17.Construct all necessary bulkheads in all types of ceilings.
18.Form openings in both partitions and suspended ceilings for access panels, grilles and the like including any structural supports that may be required.
19.Form all necessary openings for building services penetrations (e.g. pipework, ductwork, cables etc.) including all necessary secondary steelwork/support work.
20.Provide and install all necessary structural support, noggins and pattresses within the stud partitions and ceilings to support building services, fixtures, fittings and signage.
21.Make good using acoustic and/or fire stopping around service penetrations and at interfaces with other elements up to 150mm in width.
22.All insulation to ensure the fire and acoustic performance is achieved in line with the specifications.
23.All abutments, angles, junctions, and fair ends.
24.All acoustic and non-acoustic deflection head details.
25.Allowing for reduced stud centres where required.
and other items and described in the Procurement Documents
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 13/09/2023 / End: 27/09/2024       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Museum of London reserves the right to use sectional completion and/or other methods whereby services may be called off in sections dependent on the needs to the project and overall programme.
      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: Procurement Documents will be available upon registration of interest. Information as listed on the 'Tender Document Manifest' will only be provided upon the receipt of a signed NDA, submitted via Delta by the 14th July, 2023. Site Visits are likely to be held on the week commencing the 10th July 2023.       


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:          
      Please see Procurement Documents.    
      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.2.2) 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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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.1.6) 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: 04/08/2023 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 04/08/2023
         Time: 12:00
      

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:-Museum-construction-work./H87YX2N3X3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H87YX2N3X3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Museum of London
       London, EC2Y 5HN, 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: 30/06/2023

Annex A


View any Notice Addenda

View Award Notice