Museum of London: Museum of London West Smithfiled Project Services Engineer Consultancy

  Museum of London is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Museum of London West Smithfiled Project Services Engineer Consultancy
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 Services Engineering consultancy 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 Services Engineering consultancy , dedicated to working with the museum to deliver a successful project between now and 2022. The budget will be in the range of £130 – £150 million (including inflation and contingency) for construction.
Published: 26/08/2016 17:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Mechanical and electrical engineering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Museum of London
             150 London Wall, London, EC2Y 5HN, United Kingdom
             Tel. +44 2078145598, Email: procurement@museumoflondon.org.uk
             Main Address: 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:-Mechanical-and-electrical-engineering-services./KSA2733D75
      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/KSA2733D75 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: Museum of London West Smithfiled Project Services Engineer Consultancy       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71334000 - Mechanical and electrical engineering 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 Services Engineering consultancy 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 Services Engineering consultancy , dedicated to working with the museum to deliver a successful project between now and 2022. The budget will be in the range of £130 – £150 million (including inflation and contingency) for construction.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      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 Services Engineering Consultancy 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 services engineering consultancy, dedicated to working with the museum to deliver a successful project between now and 2022.

As well as a challenging planning history which makes conservation of the existing structures a key feature of the project, the site configuration is complex, unique and creates a variety of design and access constraints. In addtion, not many of the existing buildings have existing services.

The budget will be in the range of £130 – £150 million (including inflation and contingency) for construction.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 72       
      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       
      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
      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
      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: 26/09/2016
      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. 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.

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.

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 71334000 Mechanical and Electrical Engineering consultancy 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:-Mechanical-and-electrical-engineering-services./KSA2733D75

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KSA2733D75
   VI.4) Procedures for review
   VI.4.1) Review body:
             Museum of London
       150 London Wall, London, EC2Y 5HN, United Kingdom
       Tel. +44 2078145598
   VI.4.2) Body responsible for mediation procedures:
             High Court Justice
          Royal Courts of Justice, London, 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 Justice
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 26/08/2016

Annex A


View any Notice Addenda

View Award Notice