Tender

Tullie House Museum - Request for MEP Services

  • Tullie House Museum & Art Gallery Trust

F02: Contract notice

Notice identifier: 2021/S 000-019013

Procurement identifier (OCID): ocds-h6vhtk-02d1b4

Published 6 August 2021, 11:05am



The closing date and time has been changed to:

8 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Tullie House Museum & Art Gallery Trust

Castle Street

Carlisle

CA3 8TP

Email

h.muskett@gardiner.com

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

Email

h.muskett@gardiner.com

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.gardiner.com/

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

Email

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