Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 27th Nov 2024
Reference | ocds-h6vhtk-04c070 |
Common Procurement Vocabulary | Building services consultancy services |
Procurement Method | Restricted procedure |
Value | - |
London
Category Services
Type
No. of Lots 1
Status Active
Published 27th Nov 2024
Reference | ocds-h6vhtk-04c070 |
Common Procurement Vocabulary | Building services consultancy services |
Procurement Method | Restricted procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
The Wallace Collection
Hertford House, Manchester Square, W1U 3BN
London
W1U3BN
Contact
Sian English
sian.english [at] gardiner.com
Telephone
+44 7741323814
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Wallace Collection Masterplan - Building Services Engineer and Sustainability Consultant
II.1.2) Main CPV code
- 71315210 - Building services consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
The Wallace Collection (TWC) is seeking to appoint a Building Services Engineer and Sustainability Consultant for a significant re-development project as part of TWC’s Masterplan. The completion of a full RIBA Stage 4 design is required, along with RIBA Stage 5/6/7 services. Tenderers must demonstrate sufficient capability to support the procurement and delivery of the project at the Wallace Collection in Westminster, London.
The Building Services Engineer’s scope includes the design of mechanical, electrical, and public health services, and coordinating below-ground drainage with the Structural/Civil Engineer. It also involves integrating electrical and data cabling specified by specialist consultants (e.g., IT/AV, security, fire, and catering) and addressing catering-related electrical, ventilation, and drainage needs. Additionally, the scope covers vertical transport systems and ambient/emergency lighting, ensuring alignment with architectural and exhibition lighting designers’ requirements.
The Sustainability Consultant will lead the development and implementation of the project’s sustainability framework, ensuring alignment with the Client's objectives and compliance with relevant legislation and standards. The scope includes acting as the BREEAM Accredited Professional and Assessor, guiding the integration of sustainability measures into the design and construction phases, and coordinating with stakeholders, including the BRE and planning authorities.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71315000 - Building services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
II.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
II.2.4) Description of the procurement
The Wallace Collection (TWC) is seeking to appoint an Building Services Engineer and Sustainability Consultant for a significant re-development project as part of TWC’s Masterplan.
The services will be procured in accordance with the Restricted Procedure. A first stage Selection Questionnaire followed by a second stage Invitation to tender (ITT). This is further described in the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £600,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in tender documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
1 January 2025
Local time
5:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 February 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233311.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233311)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit