Victoria and Albert Museum: V&A Museum Wayfinding Signage Manufacture and Installation

  Victoria and Albert Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: V&A Museum Wayfinding Signage Manufacture and Installation
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Supplies
Procedure: Restricted
Short Description: The V&A is the world’s leading museum of art, design and performance. Last year our site in South Kensington received 4 million visitors, who are free to explore over seven miles of galleries. However, spread across 6 floors the museum can be difficult to navigate. To help support our audiences in making the most of their time, we have recently completed a total redesign of our wayfinding scheme across all areas. We are now looking for a company to manufacture, supply and install the new system, and to provide any necessary replacements at a fixed unit price for up to three years from the date installation is completed.
Published: 10/08/2018 17:08
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Kensington: Composition services.
Section I: Contracting Authority
      I.1) Name and addresses
             Victoria and Albert Museum
             Cromwell Road, Kensington, SW7 2RL, United Kingdom
             Tel. +44 2079422229, Email: procurement@vam.ac.uk
             Main Address: https://www.vam.ac.uk/
             NUTS Code: UKI3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Composition-services./C57Q6J5QAS
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: V&A Museum Wayfinding Signage Manufacture and Installation       
      Reference Number: VA/CON/42/18
      II.1.2) Main CPV Code:
      79822000 - Composition services.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The V&A is the world’s leading museum of art, design and performance. Last year our site in South Kensington received 4 million visitors, who are free to explore over seven miles of galleries. However, spread across 6 floors the museum can be difficult to navigate. To help support our audiences in making the most of their time, we have recently completed a total redesign of our wayfinding scheme across all areas. We are now looking for a company to manufacture, supply and install the new system, and to provide any necessary replacements at a fixed unit price for up to three years from the date installation is completed.       
      II.1.5) Estimated total value:
      Value excluding VAT: 350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI3 Inner London – West
      
      II.2.4) Description of procurement: This procurement is run using the restricted procedure. The scope and quantities can be downloaded from the Delta tender box.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Selection criteria as stated in the procurement documents    
      Minimum level(s) of standards possibly required (if applicable) :       
      A minimum turnover of £700k is required    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/09/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/09/2018       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Composition-services./C57Q6J5QAS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C57Q6J5QAS
   VI.4) Procedures for review
   VI.4.1) Review body:
             Victoria and Albert Museum
       Cromwell Road, Kensington, SW7 2RL, United Kingdom
       Tel. +44 2079422229
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 10/08/2018

Annex A


View any Notice Addenda

View Award Notice