National Maritime Museum: National Maritime Museum M&E Service Contract

  National Maritime Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: National Maritime Museum M&E Service Contract
Notice type: Contract Notice
Authority: National Maritime Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The Contractor shall provide mechanical and electrical maintenance (planned and reactive) for the National Maritime Museum's unique estate as outlined below in Scope and the Scope appendices. The National Maritime Museum is looking to partner with an experienced contractor of maintenance and reactive works who can deliver best in class service.
Published: 20/07/2020 11:36
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: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             National Maritime Museum
             Park Row, London, SE10 9NF, United Kingdom
             Tel. +44 2083126647, Email: bhodges@rmg.oc.uk
             Contact: Beth Hodges
             Main Address: http://www.rmg.co.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: Yes.
      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:-Building-and-facilities-management-services./N6N882R9SW
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the address as in Annex A.III       
      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
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: National Maritime Museum M&E Service Contract       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Contractor shall provide mechanical and electrical maintenance (planned and reactive) for the National Maritime Museum's unique estate as outlined below in Scope and the Scope appendices. The National Maritime Museum is looking to partner with an experienced contractor of maintenance and reactive works who can deliver best in class service.       
      II.1.5) Estimated total value:
      Value excluding VAT: 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:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The Contractor shall provide mechanical and electrical maintenance (planned and reactive) for the Client’s unique estate (the Affected Property), as outlined below in Scope and the Scope appendices. The Client is looking to partner with an experienced contractor of
maintenance and reactive works who can deliver best in class service.

The Service should reflect the unique environment and address the challenges of working in historic public buildings, around the Collection and alongside Client staff and the Public.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      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: 1
             
      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/N6N882R9SW       


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 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 - NO        
         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: 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: 19/08/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/09/2020       
      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): 3
      
      

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 Yes       
   Electronic payment will be used Yes       
   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.

Due to the number of tenderers expected those that incur 2 or more fails will be removed from the selection process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./N6N882R9SW

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N6N882R9SW
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, .London, WC2A 2LL, United Kingdom
       Tel. +44 2083126780
   VI.4.2) Body responsible for mediation procedures:
             ACAS
          Euston Town, 286 Euston Road, London, NW1 3JJ, 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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/07/2020

Annex A

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       RMG
       Park Row, London, SE10 9NF, United Kingdom
       Email: bthomas@rmg.co.uk
       Main Address: http://www.rmg.co.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice

UK-London: Building and facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       National Maritime Museum
       Park Row, London, SE10 9NF, United Kingdom
       Tel. +44 2083126647, Email: bhodges@rmg.oc.uk
       Contact: Beth Hodges
       Main Address: http://www.rmg.co.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: Yes

   I.4)Type of the contracting authority:
      Other type:: Museum

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: National Maritime Museum M&E Service Contract            
      Reference number: RMG/0002

      II.1.2) Main CPV code:
         79993000 - Building and facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Contractor shall provide mechanical and electrical maintenance (planned and reactive) for the National Maritime Museum's unique estate as outlined below in Scope and the Scope appendices. The National Maritime Museum is looking to partner with an experienced contractor of maintenance and reactive works who can deliver best in class service.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,420,532.85
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The Contractor shall provide mechanical and electrical maintenance (planned and reactive) for the Client’s unique estate (the Affected Property), as outlined below in Scope and the Scope appendices. The Client is looking to partner with an experienced contractor of
maintenance and reactive works who can deliver best in class service.

The Service should reflect the unique environment and address the challenges of working in historic public buildings, around the Collection and alongside Client staff and the Public.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/N6N882R9SW


Section IV: Procedure

IV.1) Description

   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: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2020/S 141-348187
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: RMG/0002    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Vertex Services Group Ltd, 02522345
             Salisbury House, Finsbury Circus, London, EC2M 5SQ, United Kingdom
             Email: kamil.sayed@vertexltd.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,420,532.85
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.

Due to the number of tenderers expected those that incur 2 or more fails will be removed from the selection process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=560835662

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, .London, WC2A 2LL, United Kingdom
          Tel. +44 2083126780

      VI.4.2) Body responsible for mediation procedures
          ACAS
          Euston Town, 286 Euston Road, London, NW1 3JJ, 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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/01/2021