Base Build Management Contract London
On behalf of the National Army Museum (NAM), Focus Consultants is inviting suitably qualified and experienced contractors to express interest for the Basebuild Works Management Contract at the National Army Museum, Chelsea.
United Kingdom-London: Construction work
2014/S 097-168693
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Army Museum
Royal Hospital Road
For the attention of: Mr M O’Connor
SW3 4HT London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.nam.ac.uk
Further information can be obtained from: Focus Consultants LLP
88 Kingsway
Contact point(s): Eleanor Clarke and Michael Staniland
For the attention of: NAM Base Build Management Contract OJEU
WC2B 6AA London
UNITED KINGDOM
Telephone: +44 2034022166
E-mail: enquiries@focus-consultants.com
Internet address: https://www.dropbox.com/sh/x59hrwanlu1slnd/AADiCIUr4B0tCpAwwzEMxj6La
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Focus Consultants LLP
88 Kingsway
Contact point(s): Eleanor Clarke and Michael Staniland
For the attention of: NAM Base Build Management Contract OJEU
WC2B 6AA London
UNITED KINGDOM
Telephone: +44 2034022166
E-mail: enquiries@focus-consultants.com
Internet address: https://www.dropbox.com/sh/x59hrwanlu1slnd/AADiCIUr4B0tCpAwwzEMxj6La
Tenders or requests to participate must be sent to: Focus Consultants LLP
88 Kingsway
Contact point(s): Eleanor Clarke and Michael Staniland
For the attention of: NAM Base Build Management Contract OJEU
WC2B 6AA London
UNITED KINGDOM
Telephone: +44 2034022166
E-mail: enquiries@focus-consultants.com
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: National Army Museum, Royal Hospital Road, Chelsea, London SW3 4HT.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The following information gives a brief description of the project. More detailed information will be provided to those shortlisted to tender.
The Basebuild contract will comprise of the following key elements of work:
Overview:
— A mixture of demolition and alteration works, structural works, and refurbishment and new-build works.
— The external forecourt will be remodelled to offer clearer strategies for visitor arrival, both pedestrian and vehicular, delivering a welcoming public space that meets DDA Regulations.
— A new main entrance will give access to the museum right at the front of the existing building, improving the visitors sense of arrival.
— The museums existing facades will be re-presented and re-furbished with substantial areas of new glazing by forming openings in the existing walls and the roof for windows and rooflights, to better announce the museums presence within its urban context.
— The public identity of the museum will be strengthened with a holistic new approach to graphics and signage, developed alongside the museums re-branding strategies.
— A new atrium will cut through the existing building; a vertical void that is understood from the street, prior to entering the building. This central volume of space provides a recognizable ‘heart’ to the building by which the visitors can orientate themselves at every stage of the museum experience.
— Within the atrium a pair of through-lifts and new staircases will be installed once the existing floor slabs have been removed, giving better access to every level within the museum building, along with new floor constructions and enhanced wayfinding.
— New M&E services equipment and installation are required throughout (internal and external), including new ventilation, air conditioning and communication facilities along with general M&E installations, and the provision of new WC’s and kitchen equipment.
— The supply and installation of all new general FF&E and finishes throughout the building
— Creation of new retail, catering, corporate event and other commercial facilities
The contract may or may not include the exhibition fit out to a value in the region of GBP 3 m – 4 m.
The Management Contractor is to progress the project from detailed design through to completion. The design of the construction works has been progressed through to the end of Scheme Design (RIBA Stage D), and for the GBP 8 000 000 to GBP 11 000 000 construction works at NAM, the appointed Management Contractor shall liaise with stakeholders, improve the cost and buildability of proposals as they develop, as well as advise on packaging (and the risks of interfaces).
In addition, the Management Contractor shall (but not limited to):
— Advise on the feasibility, interfaces, buildability, cost and programming of the design.
— Advise on statutory approvals.
— Define key performance indicators for works contractors.
— Advise on the need for mock ups, samples, tests and inspections.
— Act as the principal contractor.
— Carry out cost planning and cost control.
— Prepare a construction programme and defining methods of working on site.
— Advise on the packaging of production information.
— Tender works contracts.
— Consenting to sub-contracting of work by works contractors
— Co-ordinate the release of information
The project tender period will be between June and July 2014, with a start on site date of December 2014, and practical completion in February 2016 for the base build and July 2016 for the exhibition fit out.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45300000, 45400000, 45210000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 8 000 000 and 11 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: See PQQ.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See PQQ.
III.2.3)Technical capacity
See PQQ.
Minimum level(s) of standards possibly required:
See PQQ.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: