Section one: Contracting authority
one.1) Name and addresses
Tullie House Museum & Art Gallery Trust
Castle Street
Carlisle
CA3 8TP
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.tulliehouse.co.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA15022
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://gtshare.gardiner.com/gtshare2/#/share/bfb04e1d-ec5c-4e53-9a2d-08500fec0521
Additional information can be obtained from another address:
Gardiner & Theobald
10 south crescent
London
wc1e7bd
Contact
hannah muskett
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
https://gtshare.gardiner.com/gtshare2/#/home
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
Tullie House Museum - Request for MEP Services
two.1.2) Main CPV code
- 71315000 - Building services
two.1.3) Type of contract
Services
two.1.4) Short description
Tullie House Museum and Art Gallery Trust are seeking to procure MEP services for RIBA Stage 2 onwards, to assist in the development of the site as the initial phase of a larger development plan.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315000 - Building services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Tullie House,
Castle Street, Carlisle
two.2.4) Description of the procurement
There will be an initial SQ issued to all interested parties,
following the SQ the tender will be issued to those successful and Tenderers will be assessed on both quality and price. The Quality Submission will carry a weighting of 70% of the overall assessment. The Price Submission will carry a weighting of 30% of the overall assessment.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 November 2021
End date
5 July 2024
This contract is subject to renewal
Yes
Description of renewals
Potential additional phases as the project develops
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
A registered certification in Building Services Engineering.
three.1.2) Economic and financial standing
List and brief description of selection criteria
You must be able to provide a copy of audited accounts for the last two years if requested.
The detailed grounds for discretionary exclusion of an organisation are set out in Annex C Exclusion Grounds for Public Procurement.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Professional Indemnity insurance cover of 10,000,000 GBP
Public and Employer's Liability insurance cover of 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
Originally published as:
Date
6 September 2021
Local time
12:00pm
Changed to:
Date
8 September 2021
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 September 2021
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: 17 January 2022
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
(MT Ref:223571)
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