Tate Gallery : Re-Imagining Tate Liverpool

  Tate Gallery is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Re-Imagining Tate Liverpool
Notice type: Contract Notice
Authority: Tate Gallery
Nature of contract: Works
Procedure: Restricted
Short Description: Through a restricted procedure (pursuant to Regulation 28 of the Public Contract Regulations 2015 (PCRs15)), Tate is looking to appoint a contractor role to deliver the Re-Imagining Tate Liverpool project. Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, Tate are looking to appoint a contractor to undertake the services/works to help deliver the project. Following the conclusion of the procurement process the successful Tenderer shall be appointed via a Pre-Construction Services Agreement (PCSA) as set out in the Procurement Documents. The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion.
Published: 14/06/2023 18:22
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-London: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             The Board of the Trustees of the Tate Gallery
             Tate Gallery, Millbank, London, SW1P 4RG, United Kingdom
             Tel. +44 2078878888, Email: procurement@tate.org.uk
             Contact: Declan McAlister
             Main Address: http://www.tate.org.uk/
             NUTS Code: UKD72
      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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/39S3ADV36A 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
            Other type:: Tate is an executive non-departmental public body and an exempt charity, governed by a Board of Trustees in accordance with the Museums and Galleries
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Re-Imagining Tate Liverpool       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Through a restricted procedure (pursuant to Regulation 28 of the Public Contract Regulations 2015 (PCRs15)), Tate is looking to appoint a contractor role to deliver the Re-Imagining Tate Liverpool project. Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock,

Tate are looking to appoint a contractor to undertake the services/works to help deliver the project. Following the conclusion of the procurement process the successful Tenderer shall be appointed via a Pre-Construction Services Agreement (PCSA) as set out in the Procurement Documents.


The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion.       
      II.1.5) Estimated total value:
      Value excluding VAT: 21,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45100000 - Site preparation work.
      45200000 - Works for complete or part construction and civil engineering work.
      45211360 - Urban development construction work.
      45300000 - Building installation work.
      45400000 - Building completion work.
      71000000 - Architectural, construction, engineering and inspection services.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: The “Re-Imagining Tate Liverpool” project involves a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock.

The PCSA will require the contractor to develop parts of the RIBA stage 3 design prepared by Tate’s design team and other services including:-
• collaboration with the design team during Stage 4 design;
• identify suitable subcontractors/suppliers to be appointed to assist the contractor to deliver the project;
• undertake enabling works packages and/or surveys before commencement of the main contract;
• lead/assist with construction methodology and programming; and
• assist with discharge of pre-commencement conditions and responsibilities

The PCSA scope of services will require the contractor to develop parts of the design prepared by Tate’s design team and other services as set out in the PCSA scope issued as part of the SQ Procurement Documents.
Tate may instruct the successful Tenderer to undertake some enabling works on site during the PCSA period. Further detail will be provided with the ITT.

The PCSA Scope as issued with the SQ Procurement Documents, is an indicative scope of the final services required, further PCSA scope details will be issued at Invitation to Tender stage of the procurement process.

The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion with amendments as set out in the Procurement Documents.

Works: Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, to improve the gallery's visibility and presence on the dock and its presence as a leading international cultural institution. The brief is to ‘reimagine the gallery spaces to meet the scale and ambition of today’s most exciting artists, while creating social spaces that better connect with the city and its communities, creating an environment that is flexible and inviting and able to host people, art and ideas in equal part.’

Tate Liverpool is to be reconfigured, to create a variety of intimate and expansive interconnected gallery spaces that respond to how artists are making works and embrace opportunities beyond the gallery walls for performance, film and moving image, sound and digital works.

Works will include significant reconfiguration, access and alterations throughout the galleries including breakout of floors, new lifts and stairs, replacement mechanical, electrical and plumbing installations office, café / restaurant and fit out works and façade replacement.

The above scope of works and services is a broad categorisation rather than exhaustive. Tenderers should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services.

The actual scope of works and services required may also be narrower than that set out above.
The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying Procurement Documents.

Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and Tenderers should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice).

To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.

Duration in months: 20 (PCSA 3 months, construction period 17 months)
      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: 21,350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 20       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Selection criteria for the questions are provided 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:          
      In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii) Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire ("SQ") available from the address as set out in Section (I.1) of this notice above, the Tate Gallery acting as the principal contracting authority reserves the right to refuse any economic operator's application and to exclude its tender from the evaluation in any of the circumstances as follows:-

(i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Procurement Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015 (SI 2015/102), which requires or permits the principal contracting authority not to select or to treat any economic operator as an ineligible economic operator; and/or (iii) economic operators scoring "Fail" in the SQ will not be selected for consideration of their tender submission.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A    
      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       
      As stated in the Procurement Documents.          
      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 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: Yes       
   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: 14/07/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/08/2023       
      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): 6
      
      

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.: I) To express an interest in this procurement please register at: -

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

ii) Expressions of interest must be submitted from the candidates' registered office address by
the deadline set out in IV2.2. above and in accordance with the instructions set out in the
SQ.

iii) The procurement timetable set out in the Procurement Documents is indicative only and
Tate reserves the right to change and/or amend it at their sole discretion.

iv) The estimates given in Section II.1.5 and II.2.6 of this Notice are strictly estimated values
only.

v) Furthermore, please note that estimates given in Section II.1.5 and II.2.6 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data.

vi) Right to Cancel – Tate reserves the right to discontinue or abandon the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/39S3ADV36A
   VI.4) Procedures for review
   VI.4.1) Review body:
             Tate Gallery
       20 John Islip Street, London, SW1P 4RG, United Kingdom
       Tel. +44 2078212960
   VI.4.2) Body responsible for mediation procedures:
             Tate Gallery
          20 John Islip Street, London, SW1P 4RG, United Kingdom
          Tel. +44 2078212960
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Precise information on deadline(s) for review procedures in accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the contract is communicated to economic operators.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Tate Gallery
       20 John Islip Street, London, SW1P 4RG, United Kingdom
       Tel. +44 2078212960, Email: procurement@tate.org.uk
   VI.5) Date Of Dispatch Of This Notice: 14/06/2023

Annex A


View any Notice Addenda

UK-London: Construction work.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       The Board of the Trustees of the Tate Gallery
       Tate Gallery, Millbank, London, SW1P 4RG, United Kingdom
       Tel. +44 2078878888, Email: procurement@tate.org.uk
       Contact: Declan McAlister
       Main Address: http://www.tate.org.uk/
       NUTS Code: UKD72

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Re-Imagining Tate Liverpool      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45000000 - Construction work.
   
   II.1.3) Type of contract: WORKS   
   II.1.4) Short Description: Through a restricted procedure (pursuant to Regulation 28 of the Public Contract Regulations 2015 (PCRs15)), Tate is looking to appoint a contractor role to deliver the Re-Imagining Tate Liverpool project. Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, Tate are looking to appoint a contractor to undertake the services/works to help deliver the project. Following the conclusion of the procurement process the successful Tenderer shall be appointed via a Pre-Construction Services Agreement (PCSA) as set out in the Procurement Documents. The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 15/06/2023

VI.6) Original notice reference:

   Notice Reference:    2023 - 592171   
   Notice number in OJ S:    2023/S 000 - 016946
   Date of dispatch of the original notice: 14/06/2023

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.4          
         Lot No: Not provided          
         Place of text to be modified: II.2.4          
         Instead of: The “Re-Imagining Tate Liverpool” project involves a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock. The PCSA will require the contractor to develop parts of the RIBA stage 3 design prepared by Tate’s design team and other services including:- • collaboration with the design team during Stage 4 design; • identify suitable subcontractors/suppliers to be appointed to assist the contractor to deliver the project; • undertake enabling works packages and/or surveys before commencement of the main contract; • lead/assist with construction methodology and programming; and • assist with discharge of pre-commencement conditions and responsibilities The PCSA scope of services will require the contractor to develop parts of the design prepared by Tate’s design team and other services as set out in the PCSA scope issued as part of the SQ Procurement Documents. Tate may instruct the successful Tenderer to undertake some enabling works on site during the PCSA period. Further detail will be provided with the ITT. The PCSA Scope as issued with the SQ Procurement Documents, is an indicative scope of the final services required, further PCSA scope details will be issued at Invitation to Tender stage of the procurement process. The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion with amendments as set out in the Procurement Documents. Works: Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, to improve the gallery's visibility and presence on the dock and its presence as a leading international cultural institution. The brief is to ‘reimagine the gallery spaces to meet the scale and ambition of today’s most exciting artists, while creating social spaces that better connect with the city and its communities, creating an environment that is flexible and inviting and able to host people, art and ideas in equal part.’ Tate Liverpool is to be reconfigured, to create a variety of intimate and expansive interconnected gallery spaces that respond to how artists are making works and embrace opportunities beyond the gallery walls for performance, film and moving image, sound and digital works. Works will include significant reconfiguration, access and alterations throughout the galleries including breakout of floors, new lifts and stairs, replacement mechanical, electrical and plumbing installations office, café / restaurant and fit out works and façade replacement. The above scope of works and services is a broad categorisation rather than exhaustive. Tenderers should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services. The actual scope of works and services required may also be narrower than that set out above. The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying Procurement Documents. Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and Tenderers should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice). To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots. Duration in months: 20 (PCSA 3 months, construction period 17 months)          
         Read: For the avoidance of doubt this Contract related to the following PIN: 005512-2023 which can be found here: https://www.find-tender.service.gov.uk/Notice/005512-2023?origin=SearchResults&p=1 The “Re-Imagining Tate Liverpool” project involves a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock. The PCSA scope of services will require the contractor to develop parts of the design prepared by Tate’s design team and other services as set out in the PCSA scope issued as part of the SQ Procurement Documents. Tate may instruct the successful Tenderer to undertake some enabling works on site during the PCSA period. Further detail will be provided with the ITT. The PCSA Scope as issued with the SQ Procurement Documents, is an indicative scope of the final services required, further PCSA scope details will be issued at Invitation to Tender stage of the procurement process. The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion with amendments as set out in the Procurement Documents. Works: Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, to improve the gallery's visibility and presence on the dock and its presence as a leading international cultural institution. The brief is to ‘reimagine the gallery spaces to meet the scale and ambition of today’s most exciting artists, while creating social spaces that better connect with the city and its communities, creating an environment that is flexible and inviting and able to host people, art and ideas in equal part.’ Tate Liverpool is to be reconfigured, to create a variety of intimate and expansive interconnected gallery spaces that respond to how artists are making works and embrace opportunities beyond the gallery walls for performance, film and moving image, sound and digital works. Works will include significant reconfiguration, access and alterations throughout the galleries including breakout of floors, new lifts and stairs, replacement mechanical, electrical and plumbing installations office, café / restaurant and fit out works and façade replacement. The above scope of works and services is a broad categorisation rather than exhaustive. Tenderers should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services. The actual scope of works and services required may also be narrower than that set out above. The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying Procurement Documents. Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and Tenderers should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice). To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots. Duration in months: 20 (PCSA 3 months, construction period 17 months)
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.2          
         Lot No: Not provided          
         Place of text to be modified: IV.2.2          
         Instead of: Time limit for receipt of tenders or requests to participate Date: 14/07/2023 Time: 12:00          
         Read: Time limit for receipt of tenders or requests to participate Date: 17/07/2023 Time: 12:00
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: I.4          
         Lot No: Not provided          
         Place of text to be modified: I.4          
         Instead of: Type of the contracting authority Other type:: Tate is an executive non-departmental public body and an exempt charity, governed by a Board of Trustees in accordance with the Museums and Galleries          
         Read: Type of the contracting authority Other type:: Tate is an executive non-departmental public body and an exempt charity, governed by a Board of Trustees in accordance with the Museums and Galleries Act 1992
                                    
   
VII.2) Other additional information: Any selection of tenderers will be based solely on the criteria set out for the procurement.: I) To express an interest in this procurement please register at: - https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A ii) Expressions of interest must be submitted from the candidates' registered office address by the deadline - 12:00 27/07/2023.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/39S3ADV36A


View Award Notice