Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework Agreement for the Provision of Technical Project Management, Cost Consultancy and CDM Principlal Designer Services |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The V&A is seeking to put in place a non-exclusive, non binding framework agreement with a number of Project Management, Cost Consultant and CDM Principal Designer firms and self-employed individuals for the development and delivery of temporary exhibitions and commissions at the V&A, a publicly funded museum. For the purpose of this documentation, providers as such services are referred to as “Consultant(s)”. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition or commission to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services. |
Published: | 24/01/2017 16:18 |
View Full Notice
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: http://www.vam.ac.uk/
NUTS Code: UKI11
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:-Museum-exhibition-services./5M99CZS7GF
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/5M99CZS7GF 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: Framework Agreement for the Provision of Technical Project Management, Cost Consultancy and CDM Principlal Designer Services
Reference Number: VA/CON/34/15
II.1.2) Main CPV Code:
92521100 - Museum-exhibition services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A is seeking to put in place a non-exclusive, non binding framework agreement with a number of Project Management, Cost Consultant and CDM Principal Designer firms and self-employed individuals for the development and delivery of temporary exhibitions and commissions at the V&A, a publicly funded museum. For the purpose of this documentation, providers as such services are referred to as “Consultant(s)”. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition or commission to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services.
II.1.5) Estimated total value:
Value excluding VAT: 440,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
71244000 - Calculation of costs, monitoring of costs.
71242000 - Project and design preparation, estimation of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71317210 - Health and safety consultancy services.
II.2.3) Place of performance:
UKI11 Inner London - West
II.2.4) Description of procurement: Between Spring 2017 and Autumn 2020 the V&A will develop and deliver a public programme consisting of approximately 30 headline, temporary exhibitions. Temporary exhibitions at the V&A are designed by externally appointed or in-house design teams (including 3D, graphics, audio-visual and lighting design). The content of temporary exhibitions includes fine art, objects and audio-visual material drawn from museum collections and/or borrowed from institutional and/or private lenders.
The nature of temporary exhibitions are that they move very quickly, with a design and build programme typically running for just 12-18 months. On-site build periods range from 2 weeks to 2 months, and are followed by an object installation period, running from 1 week to 1 month. Construction budgets range from approximately £100,000 to £1,000,000 per project depending on the size and complexity of the exhibition in question. The upper end of this range will often include AV hardware, in addition to setworks, showcases, graphic production, lighting, electrics and specific object mounts where they are integral to the build. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services. CDM Principal Designer Services may also be assigned to the Exhibition Designer.
Consultants are required to have extensive experience and expertise in this specialist field or to be able to demonstrate understanding of this field through other relevant appointments.
In addition to this, a number of commissions and new initiatives will be delivered by the V&A. These may require Project Management, Cost Consultancy and/or Principal Designer (CDM) services. Requirements for commissions and new initiatives will be determined on a case by case basis.
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: 440,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This Framework Agreement is for an initial period of three years with the option to extend for a further year.
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
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.1.3) 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: 24/02/2017 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 24/02/2017
Time: 12:00
Place:
N/A
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 No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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:-Museum-exhibition-services./5M99CZS7GF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5M99CZS7GF
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: 24/01/2017
Annex A