Building Conservation Work London
Conservation of the Painted Hall – Phase 2.
United Kingdom-London: Architectural services for buildings
2015/S 013-019398
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Greenwich Foundation for the Old Royal Naval College
2 Cutty Sark Gardens
For the attention of: William Palin
SE10 9LW London
UNITED KINGDOM
Telephone: +44 2082694717
E-mail: wpalin@ornc.org
Fax: +44 2082694757
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code
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)
— New inclusive entrance: partitions, ramps, steps, reception area, desk and associated display, lockers, decorations;
— Adaptations to King’s entrance: washrooms, storage areas, conservation / decoration;
— Access ramp improvements (KW colonnade step);
— Draft lobbies/ draft doors to inclusive and King’s entrances;
— Draft lobby in vestibule (if required);
— Draft proofing eastern cupola/ dome;
— Solar shading to Painted Hall windows;
— Joinery: Lower PH perimeter heating ducts, miscellaneous fittings;
— KW Undercroft cafeteria/ brasserie installation (non-HLF);
— KW kitchen works associated with Ampersand re-fit, e.g. flooring, drainage etc. (non-HLF);
— Furniture: PH benches (Provisionally 20no in Lower Hall, 4no in Undrcroft);
— Donors boards;
— KW secure retail design;
— Printed vestibule screen;
— Builders work in connection (BWIC) with all building services.
The construction budget is in the region of 4 000 000 GBP.
II.1.6)Common procurement vocabulary (CPV)
71221000
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:
Estimated value excluding VAT:
Range: between 200 000 and 350 000 GBP
II.2.2)Information about options
Description of these options: To terminate contract at end of development stage.
Provisional timetable for recourse to these options:
in months: 10 (from the award of the contract)
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete an Invitation to Tender document. This may be obtained from:
https://www.dropbox.com/sh/50q80h3d5ekgkr9/AABSgKGlUJTHBhUWelU1QgwVa?dl=0 and returned by the deadline given in IV.3.4 below.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the Invitation to Tender document.
III.2.3)Technical capacity
As stated in the Invitation to Tender document.
Minimum level(s) of standards possibly required:
As stated in the Invitation to Tender document which includes previous experience on Scheduled Ancient Monuments / Listed Buildings and works listed in 11.1.5.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
UK Courts
VI.4.2)Lodging of appeals
Tenderers should be aware that any such action should generally be brought within 30 days of the alleged breach and ideally as promptly as possible. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend documents and may award damages.
Damages may also be available after the contract has been entered into but at this point the grounds for setting aside the contract are more limited.
Once the contract is entered into any challenge as to the validity of the contract can only be made on certain specified grounds for a declaration of ‘ineffectiveness’ — such challenges (i.e. those based on the limited grounds for ineffectiveness) must be brought within 6 months of the conclusion of the contract although tenderers should note that if the contracting authority informs them of the conclusion of the contract and provides a summary of the relevant reasons then that time period (i.e. 6 months from the conclusion of the contract) may be reduced to 30 days.
It is incumbent on tenderers to seek specific legal advice in relation to any proposed or actual challenge to the process and the applicable limitation periods.
VI.5)Date of dispatch of this notice: