Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted 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: http://www.delta-esourcing.com
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:
West smithfield — Specialist lighting designer
II.1.2)Main CPV code
71200000 - FG25
II.1.3)Type of contract
Services
II.1.4)Short description:
The Museum of London is seeking to appoint a Specialist Lighting Designer ("Consultant") in connection with its West Smithfield Project.
The Consultant’s role will be to provide integrated daylight and electric lighting design input for both retained historic buildings and new ones at the proposed location.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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)
45212350
71220000
71222000
II.2.3)Place of performance
NUTS code: UKI31
Main site or place of performance:
Camden and City of London.
II.2.4)Description of the procurement:
The Museum of London is seeking to appoint a Specialist Lighting Design consultant in connection with its Smithfield Project.
The Consultant’s role will be to provide integrated daylight and electric lighting design input for both retained historic buildings and new ones at the proposed location.
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: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As detailed in the Procurement Documents.
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: 14/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/03/2018
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
Tender must be valid until: 16/07/2018
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
Museum of London
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
High Court of Justice
Royal Courts of Justice
London
United Kingdom
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:
12/02/2018