National Maritime Museum M&E Service Contract
The contractor shall provide mechanical and electrical maintenance (planned and reactive) for the National Maritime Museum’s unique estate.
United Kingdom-London: Building and facilities management services
2020/S 141-348187
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Park Row
Town: London
NUTS code: UKI LONDON
Postal code: SE10 9NF
Country: United Kingdom
Contact person: Beth Hodges
E-mail: bhodges@rmg.oc.uk
Telephone: +44 2083126647
I.2)Information about joint procurement
I.3)Communication
Postal address: Park Row
Town: London
Postal code: SE10 9NF
Country: United Kingdom
E-mail: bthomas@rmg.co.uk
NUTS code: UKI LONDON
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Maritime Museum M&E Service Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contractor shall provide mechanical and electrical maintenance (planned and reactive) for the National Maritime Museum’s unique estate as outlined below in scope and the scope appendices. The National Maritime Museum is looking to partner with an experienced contractor of maintenance and reactive works who can deliver best in class service.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
LONDON.
II.2.4)Description of the procurement:
The contractor shall provide mechanical and electrical maintenance (planned and reactive) for the client’s unique estate (the Affected Property), as outlined below in scope and the scope appendices. The client is looking to partner with an experienced contractor of maintenance and reactive works who can deliver best in class service.
The service should reflect the unique environment and address the challenges of working in historic public buildings, around the collection and alongside client staff and the public.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/N6N882R9SW
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Due to the number of tenderers expected those that incur 2 or more fails will be removed from the selection process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N6N882R9SW
Go reference: GO-2020720-PRO-16862208
VI.4.1)Review body
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2083126780
VI.4.2)Body responsible for mediation procedures
Postal address: Euston Town, 286 Euston Road
Town: London
Postal code: NW1 3JJ
Country: United Kingdom
VI.5)Date of dispatch of this notice: