London Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | New Museum Project - Past Time and Our Time Gallery: Large and Complex Object Mounts |
Notice type: | Contract Notice |
Authority: | London Museum |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The tender is for the procurement of a contractor to provide works/services responsible for contractor design, drawing co-ordination, fabrication, installation and testing of large and complex object mounts. The objects in question are museum related objects and thus of a unique nature. The works/services will need to be provided in the context of a wider and larger construction project but specific to galleries in relation to what will become a new museum in London. Further detail of the types of works required is detailed further in this notice. |
Published: | 30/01/2024 17:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Museum of London
150, London Wall, London, EC2Y 5HN, United Kingdom
Tel. +44 2074036403, Email: PastTime@fraserrandall.co.uk
Main Address: www.museumoflondon.org.uk
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./KH6TCSSWS4
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
Other type:: Museum
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: New Museum Project - Past Time and Our Time Gallery: Large and Complex Object Mounts
Reference Number: MOLPT005
II.1.2) Main CPV Code:
45212313 - Museum construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The tender is for the procurement of a contractor to provide works/services responsible for contractor design, drawing co-ordination, fabrication, installation and testing of large and complex object mounts. The objects in question are museum related objects and thus of a unique nature. The works/services will need to be provided in the context of a wider and larger construction project but specific to galleries in relation to what will become a new museum in London. Further detail of the types of works required is detailed further in this notice.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45255400 - Fabrication work.
39154100 - Exhibition stands.
92521100 - Museum-exhibition services.
45420000 - Joinery and carpentry installation work.
45421150 - Non-metal joinery installation work.
45422000 - Carpentry installation work.
II.2.3) Place of performance:
UKI31 Camden and City of London
II.2.4) Description of procurement: The Large and Complex Object Contractor will be directly responsible for, but not limited to, the following:
1. Contractor Design Portion (CDP) of the Object mounts
2. Finalise exact dimensions for all scoped items.
3. Survey and measure of relevant museum objects prior to designing mounts and dry fit all objects to mounts with supervision from the Museum.
4. Develop and verify of all structural and support requirements of the object mounts, including for all structural engineering and calculations, ensuring sufficient structural strength. This also applies to structures that support the Contractor’s works. To help inform these calculations the Contractor must obtain calculations from all other relevant other parties
5. Supply and install all fixing and securing of Objects mounts onto all existing and Exhibition structures.
6. Full co-ordination with the Past Time and Our Time Exhibition Principal / Main Works Contractor, drawings and information. As well as any other Contractor with any interface requirements
7. Obtain Design Team and Client comments and approvals for the Contractor drawings, any Technical Submittals and Specifications
8. Samples, mock-ups, prototypes for Oddy testing, aesthetics, and manufacture
9. Manufacture of Object mounts in accordance with the approved drawings and specification
10. Delivery and installation on-site in accordance with the programme and Principal Contractor requirements
11. Load Testing of Mounts and Load Testing of Mounts in situ secured to exhibition and existing structures.
12. “As built” final drawings
13. Production of Operation and Maintenance Manuals and any training requirements
14. All Works, requirements, and specifications are outlined in the Design Information Pack, and should be used to inform the full package of the Large and Complex Object Contractor Works.
15. Full compliance with the Pre-Construction and Construction Phase Health and Safety Information is a mandatory requirement.
16. The Large and Complex Object Contractor does not need to provide any welfare facilities, except any specific requirements they may have.
17. The Large and Complex Object Contractor is responsible for arranging and making their own deliveries in accordance with the Principal Contractor’s system, overseeing unloading, and then transporting
materials and equipment to and from the Past Time and Our Time Gallery Sites.
18. The Large and Complex Object Contractor will be required to abide by both the Base Build Principal Contractor, the Past Time and Our Time Gallery Principal Contractor’s site rules and protocols.
19. The Large and Complex Object Contractor is to recognise that a careful approach will be necessary to working in and around the building and protecting the building fabric and their own works for the
duration of their on-site period.
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: 15/07/2024 / End: 04/06/2026
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
Objective criteria for choosing the limited number of candidates: Please refer to the available 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: Initial documentation is available for download via the Delta e-procurement platform which is free of charge to register and access. Some documents are deemed sensitive and thus will be made available upon the receipt of a signed NDA. An NDA template has been provided as part of the Procurement Documents and should be submitted via the Delta messaging centre should you wish to receive these.
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.2.2) 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: 29/02/2024 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/05/2024
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.
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./KH6TCSSWS4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KH6TCSSWS4
VI.4) Procedures for review
VI.4.1) Review body:
Museum of London
London, 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: 30/01/2024
Annex A