Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The Box: Exhibition Fit Out Contractor
Reference number: PLA/18011
II.1.2)Main CPV code45000000
II.1.3)Type of contractWorks
II.1.4)Short description:
Plymouth City Council is inviting tenders for the Main Exhibition Contractor (MEC) for The Box.
‘The Box,’ (formally the Plymouth History Centre) will be a new visitor destination in the heart of Plymouth City Centre, creating an exciting new platform to share Plymouth’s rich and diverse collections with the world.
Funded by Plymouth City Council, (PCC,) The Heritage Lottery Fund (HLF) the Arts Council England (ACE) other trusts, the project is currently undertaking the substantial refurbishment and extension of Plymouth’s Grade II listed Museum and Library. Once completed, the new building, infrastructure and visitor experience will bring together five collections from 12 sites and three organisations into a bespoke building, to engage people in a seamless and immersive blend of technology and tradition".
II.1.5)Estimated total valueValue excluding VAT: 4 900 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)31000000
32321200
39100000
42513210
44000000
48000000
71540000
79822500
92521100
II.2.3)Place of performanceNUTS code: UKK41
II.2.4)Description of the procurement:
The scope of this procurement is as follows:
1) Exhibition Fit out — setworks.
2) Electrical (inc. lighting).
3) Showcases (inc. lighting).
4) Object Fittings and Mounts.
5) Graphics and Artwork.
6) Audio visual hard and software.
7) Media content development.
8) Special nominated package.
9) Models Replicas and Reconstructions.
10) Manual and tactile interactives.
11) Furniture supply.
12) Management of the works.
13) Ongoing support.
The Council will be following the Restricted Procedure.
Suppliers interested in this opportunity should visit www.supplyingthesoutwest.org.uk to register their interest and download the tender documentation.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 17/10/2018
End: 31/12/2019
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria will be a combination of pass/fail and scored questions.
Suppliers who are awarded a fail on any pass/fail questions will be disqualified from the procurement process.
Suppliers will have to meet a minimum threshold of available marks on scored questions to be deemed suitable to deliver this contract.
The highest scoring 5 suppliers who pass all pass/fail questions and meet the minimum threshold of available marks will be invited to tender.
Further details are contained within the procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Whilst the anticipated contract duration is detailed above, the actual contract duration will be until the scope of the contract has been delivered.
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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted 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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/07/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 27/07/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
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:11/06/2018