Awarded contract

ID 3066109 DfC - National Museums NI - Provision of Museum of Innovation Exhibition Design, Production and Installation Services

  • National Museums NI

F03: Contract award notice

Notice reference: 2021/S 000-001209

Published 21 January 2021, 9:00am



Section one: Contracting authority

one.1) Name and addresses

National Museums NI

Cultra

Holywood

BT18 0EU

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3066109 DfC - National Museums NI - Provision of Museum of Innovation Exhibition Design, Production and Installation Services

Reference number

3066109

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

National Museums NI wish to appoint a Contractor as Exhibition Designer/Interpretation Planner. The Contractor will be required to assemble and lead a project team to design, produce and install a redeveloped gallery and a refreshed gallery. These will become the hub of the ‘Museum of Innovation’ project.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £125,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212310 - Construction work for buildings relating to exhibitions
  • 45212312 - Exhibition centre construction work

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

National Museums NI wish to appoint a Contractor as Exhibition Designer/Interpretation Planner. The Contractor will be required to assemble and lead a project team to design, produce and install a redeveloped gallery and a refreshed gallery. These will become the hub of the ‘Museum of Innovation’ project.

two.2.5) Award criteria

Quality criterion - Name: Qualitative criteria / Weighting: 60

Cost criterion - Name: Quantitative criteria / Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 219-539047


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 January 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WIGNALL MOORE LLP

Christchurch Tower 2 Greyfriars Passage

LONDON

EC1A 7BA

Email

info@wignallandmoore.com

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £125,000

Total value of the contract/lot: £125,000


Section six. Complementary information

six.3) Additional information

The pricing schedule applied and the setting of cost/profit margins is a commercial decision for economic operators when submitting a bid. Neither CPD or the authority can provide any guarantee of the level of business under this contract. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a certificate of unsatisfactory performance and the contract may be terminated.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediationprocedures in publicprocurement

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and, incorporated a standstill period (i.e. minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. It provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.