Estate and Facilities is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Estates Maintenance – Planned Preventative Maintenance and Reactive Works |
Notice type: | Contract Notice |
Authority: | Estate and Facilities |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | The Museum of London is seeking an Estate Maintenance provider for services including: planned and reactive maintenance; repair and operation of building services (including environmental control) and equipment; limited fabric maintenance; energy efficiencies; CAFM provision; and potentially limited project management services; as described in the procurement documents. |
Published: | 05/04/2023 15:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Museum of London, United Kingdom
150 London Wall, London, EC2Y 5HN, United Kingdom
Tel. +44 2078145519, Email: procurement@museumoflondon.org.uk
Contact: Memory Kwada
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: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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 Museum
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Estates Maintenance – Planned Preventative Maintenance and Reactive Works
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 Museum of London is seeking an Estate Maintenance provider for services including: planned and reactive maintenance; repair and operation of building services (including environmental control) and equipment; limited fabric maintenance; energy efficiencies; CAFM provision; and potentially limited project management services; as described in the procurement documents.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79993000 - Building and facilities management services.
79993100 - Facilities management services.
71334000 - Mechanical and electrical engineering services.
71541000 - Construction project management services.
71248000 - Supervision of project and documentation.
II.2.3) Place of performance:
UKI31 Camden and City of London
II.2.4) Description of procurement: The Museum of London is seeking an Estate Maintenance provider for services including: planned and reactive maintenance; repair and operation of building services (including environmental control) and equipment; limited fabric maintenance; energy efficiencies; CAFM provision; and potentially limited project management services; as described in the procurement documents. Note, the electrical infrastructure maintenance is excluded from this contract and will be managed by the Museum. The contract is being procured for a minimum term of 3 years with the option to extend for 2 further 1 year periods. The contract is related to all current Museum of London sites.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: There is an option to extend for a further 2 years ( 2 periods at 1+1)
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see Procurement 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
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 refer to the Procurement documents provided via Delta eSourcing.
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
Execution of the service is reserved to 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 COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
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: No.
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: 05/05/2023 Time: 12:00
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
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:-Building-and-facilities-management-services./V989E99F3V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V989E99F3V
VI.4) Procedures for review
VI.4.1) Review body:
Museum of London
150 London Wall, London, EC2Y 5HN, United Kingdom
Tel. +44 2078145519
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: 05/04/2023
Annex A