By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

RAF Centenary Project Phase 2A - Hangar 1, Landscape and Car Park.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Royal Air Force Museum
Grahame Park Way
For the attention of: Rebecca Dalley
NW9 5LL Hendon
United Kingdom
Telephone: +44 2083584813
E-mail:

Internet address(es):

General address of the contracting authority: http://www.rafmuseum.org.uk

Further information can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
United Kingdom
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
United Kingdom
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Tenders or requests to participate must be sent to: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
United Kingdom
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

I.2)Type of the contracting authority
Other: National Museum, a non-departmental public body
I.3)Main activity
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
RAF Centenary Project Phase 2A - Hangar 1, Landscape and Car Park.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Colindale.

NUTS code UKI23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The design and refurbishment of an existing hangar at the RAF Museum in Colindale, north-west London, including associated landscaping, car park and associated external works.
II.1.6)Common procurement vocabulary (CPV)

45212313 - IA01 - IA25, 45453100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
A single contract for design and construction will be let. Design shall be to Building Information Management Level 2.
Estimated value excluding VAT: 7 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and/or guarantee will be required. Appropriate levels of insurance will also be required. Further information will be provided in the PQQ and tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenders must be priced in pounds sterling and all payments under the Contract shall be made in pounds sterling (GBP). Payment arrangements will be set out in the Contract Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but the Contracting Authority reserves the right to require one party to undertake primary contracting responsibility for the services or to require that 1 or more parties are jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details will be set out in the Contract Documents. A JCT Design and Build Contract will be used, with bespoke amendments.
III.2)Conditions for participation
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 will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of The Public Contract Regulations 2015. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of The Public Contract Regulations 2015. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire (PQQ). In addition to meeting the minimum levels, only the highest scoring 5 applicants (maximum) will be taken through to the Invitation to Tender (ITT stage).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of The Public Contract Regulations 2015. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire (PQQ). In addition to meeting the minimum levels, only the highest scoring 5 applicants (maximum) will be taken through to the Invitation to Tender (ITT stage).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Meeting the sequencing requirements of external programme funders and the timetable of celebrations and commemorations being planned by the Royal Air Force to mark its Centenary in 2018.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: In accordance with the provision of The Public Contract Regulations 2015. Evidence of economic and financial standing and technical competence will be required as defined in the Pre-Qualification Questionnaire (PQQ). There will be some pass / fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass / fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the PQQ, the Contracting Authority will select a maximum of 5 potential providers who will be taken through to the Invitation to Tender (ITT) stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
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
1.8.2016 - 17:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Pre-Qualification Questionnaire (PQQ) documentation relating to this tender can be obtained from Ridge and Partners (see Annex A.I).
Contractors wishing to be considered for this tendering opportunity must complete the PQQ and return it to Ridge and Partners in accordance with instructions set out in the PQQ. Any further information, such as PQQ clarification questions and responses will be issued to all parties who have requested a PQQ. The PQQ documents will be available up until the closing time and date for submissions. It is the organisation's responsibility to ensure that they request the documents in ample time to ensure that they can be completed and returned, along with supporting documents, prior to the closing time and date stipulated.
The Contracting Authority does not bind itself to enter into any Contract as a result of the publication of this Contract Notice and will not, under any circumstances, have any liability for any costs any person responding to this Contract Notice incurs in any part of the tender process.

The draft Procurement Documents may be viewed at: https://www.dropbox.com/sh/v3f02z3lkt6c32u/AADPHLnJNIenDyrssfxCnbQqa?dl=0

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079477000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulations 50 (Contract award notices), Regulation 55 (Informing candidates and tenderers), Regulation 87 (Standstill period) and Chapter 6 (Applications to the Court).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.7.2016