Section one: Contracting authority
one.1) Name and addresses
Horniman Museum and Gardens
100 London Road, Forest Hill
London
SE23 3PQ
Telephone
+44 2082918695
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA1270
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
N+L Natural History Gallery Main Contractor
two.1.2) Main CPV code
- 45212300 - Construction work for art and cultural buildings
two.1.3) Type of contract
Works
two.1.4) Short description
Horniman Museum and garden are inviting tenders for the main contractor for works to the Natural History Gallery including new roof, MEP, general repairs, refurbishment of historic showcases and their new lighting etc.
two.1.5) Estimated total value
Value excluding VAT: £2,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45261213 - Metal roof-covering work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45212310 - Construction work for buildings relating to exhibitions
- 92521100 - Museum-exhibition services
- 45454100 - Restoration work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Horniman Museum and Gardens
London Road
SE23 3PO
two.2.4) Description of the procurement
Applicants will be required to complete a standard selection questionnaire available from MyTenders.
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Programme / Weighting: 10
Quality criterion - Name: Project Team / Weighting: 15
Quality criterion - Name: Sub Contractors / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
12 July 2024
End date
11 July 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
See procurement information documents
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 March 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26 July 2024
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To register your interest in this notice and obtain any additional information please visit the MyTenders website.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231197.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231197)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit