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
Other type: public museum
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Design team services to oversee refurbishment of specimen storage space.
II.1.2)Main CPV code
71220000
II.1.3)Type of contract
Services
II.1.4)Short description:
This project aims to refurbish the current Anthropology collection store (in the sub-basement of the Palaeontology Building) and to convert a WC into a staff office. In order to carry out the works the collection needs to be temporarily decanted. The area identified to house the collection and provide researcher access is currently used as a library. The existing library shelves need to be replaced with more suitable temporary shelving for the Anthropology Collection.
II.1.5)Estimated total value
Value excluding VAT: 280 000.00 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)
71220000
71321000
71327000
II.2.3)Place of performance
NUTS code: UKI1
Main site or place of performance:
II.2.4)Description of the procurement:
This tender is for design services from RIBA Stage 3 onwards, with this PQQ stage serving to short-list those suppliers who will be Invited to Tender.
Activities included within this scope of works includes acting as Lead Designer for the project, responsible principal designer activities, QS, contractor management as well as contract administration. Establish collections move configurations, stakeholder management, production to drawings for tender, production of RIBA stage reports.
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: 280 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/02/2018
End: 30/06/2019
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
Award Criteria for PQQ is described in associated documentation. The Museum intend to invite the top 6 scoring suppliers to ITT however, the Museum reserves the right to vary the number of bidders invited to tender dependent on the quality of submissions received.
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
Restricted 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: 26/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 03/05/2017
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The Chartered Institute of Arbitrators
London
United Kingdom
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:
27/03/2017