Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
UK Portsmouth — NMRN SeaMore Project — Design Team Tender.
II.1.2)Main CPV code
71220000
II.1.3)Type of contract
Services
II.1.4)Short description:
Architect led integrated design team to provide professional design services to deliver the SeaMore Project for the National Museum of the Royal Navy at Portsmouth Historic Dockyard.
II.1.5)Estimated total value
Value excluding VAT: 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKJ31
Main site or place of performance:
National Museum of the Royal Navy, Portsmouth Historic Dockyard.
II.2.4)Description of the procurement:
Architect led integrated design team to provide professional design services for the SeaMore Project Separate appointment for an exhibition designer will be made.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Financial Capacity, Quality/Health and SAfety, Technical and Professional Ability, Added Value / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 10/03/2017
End: 14/12/2021
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/02/2017
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 06/02/2017
Local time: 14:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Artelia Group
High Holborn House, 52-54 High Holborn
London
WC1V 6RL
United Kingdom
Telephone: +44 2072690450
Fax: +44 2072696757
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
29/11/2016