Internal Design and Fit Out Contract Buckinghamshire
The Ministry of Defence (MoD) has a requirement for industry to design and fit out the internal exhibition layout of the Royal Electrical and Mechanical Engineers (REME) museum of technology at MoD Lyneham (previously located at Arborfield).
United Kingdom-High Wycombe: Project and design preparation, estimation of costs
2014/S 102-179195
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, C&C
Nimrod Building, 3 Site, Walters Ash, RAF High Wycombe
For the attention of: Sarah Hamlyn
HP14 4UE High Wycombe
UNITED KINGDOM
Telephone: +44 149449367
E-mail: sarah.hamlyn992@mod.uk
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.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 27: Other services
NUTS code UKK15
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71242000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
The design and fit out will also include the Museum reception/shop area (approximately 132 m2). The exhibition design and fit out must reflect the role of REME in the Army and the people who are REME. Working with the museum staff the exhibition design will educate and inspire visitors through a combination of traditional and innovative displays that portray the stories and personalities of REME. The displays will include but not limited to; armoured and wheeled vehicles, aircraft, collections of medals, uniforms weapons, trade related equipment and personal items. The exhibition area including corridors is approximately 1 700 m2. There is a further requirement to provide a design for layout of a cafeteria servery and seating area in a room approximately 148 m2.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 200 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority;
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
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.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: Please refer to VI.3) additional information.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Yes. A reverse auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on reverse auction usage will be given in the invitation to tender.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.contracts.mod.uk
The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations.
Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
Advertising Regime OJEU:
This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin andwww.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information for this opportunity is available on www.contracts.mod.uk
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to the Response Manager and add the following access code EQXPVZYKW8.
Please ensure you follow any instruction provided to you.
The deadline for submitting your response is 25.6.2014 12:00. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk
Interested suppliers are required to complete the PQQ to provide the Authority with information to evaluate the supplier’s capacities and capabilities against the selection criteria.
The Authority will use the PQQ response to create a shortlist of Tenderers who:
Are eligible to participate;
Fulfil any minimum economic, financial, professional and technical standards; and
Best meet in terms of capacity and capability the selection criteria set out in the PQQ.
Full details of the method for choosing the tenderers will be set out in the PQQ.
Please be advised, the top 7 highest scores from suppliers will be invited to tender, providing they meet the overall percentage pass mark of 60 %, and do not score any lower than 2 in any individual question within the PQQ. If the supplier scores below 2 in any of the questions then they will automatically fail the evaluation and will not be invited to participate any further.
All selected suppliers who are invited to tender after the PQQ evaluation will be evaluated by means of the most economically advantageous tender in terms of the criteria stated within the invitation to tender documents. GO Reference: GO-2014523-DCB-5692213
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, C&C
Nimrod Building, 3 Site, Walters Ash, RAF High Wycombe
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: sarah.hamlyn992@mod.uk
Telephone: +44 149449367
Body responsible for mediation procedures
Ministry of Defence, C&C
Nimrod Building, 3 Site, Walters Ash, RAF High Wycombe
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: sarah.hamlyn992@mod.uk
Telephone: +44 149449367
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, C&C
Nimrod Building, 3 Site, Walters Ash, RAF High Wycombe
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: sarah.hamlyn992@mod.uk
Telephone: +44 149449367
VI.5)Date of dispatch of this notice: