Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A Museum Main Shop Design |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The V&A is looking for an exciting and ambitious design practice to transform their main shop and introduce a new approach to retail at the museum. This project sits within the broader context of our FuturePlan, an ambitious programme of development in which the best contemporary designers are creating exciting new galleries and visitor facilities, while revealing and restoring the beauty of the original building. Central to these plans is a more holistic approach to the visitor experience, in which hospitality operations are fully integrated with, and complementary to, an exploration of the collections. As the first stage in a larger process of re-strategising the museum’s commercial activities, the main shop is to be completely resigned and refitted to create a more flexible and dynamic space, which will function in close dialogue with the galleries, exhibitions and events surrounding it. Sitting at the heart of the museum, this site is crucial in defining not only retail within the museum but the visitor experience as a whole. Providing access to and from almost all areas on the ground floor it is traversed by virtually every visitor, whether arriving at or exiting the museum. It is also an iconic destination in its own right, and is regularly featured in lists of the top outlets in London. For all these reasons it is fundamental that the main shop is of a quality to match the surrounding galleries, and is at the forefront of current retail operations and design. |
Published: | 04/03/2016 10:08 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924, Email: procurement@vam.ac.uk, URL: http://www.vam.ac.uk
Electronic Access URL: https://www.delta-esourcing.com/respond/32FCV4YK66
Electronic Submission URL: https://www.delta-esourcing.com/respond/32FCV4YK66
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: V&A Museum Main Shop Design
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI11 - Inner London - West
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Interior design services. Speciality design services. Architectural design services. The V&A is looking for an exciting and ambitious design practice to transform their main shop and introduce a new approach to retail at the museum. This project sits within the broader context of our FuturePlan, an ambitious programme of development in which the best contemporary designers are creating exciting new galleries and visitor facilities, while revealing and restoring the beauty of the original building. Central to these plans is a more holistic approach to the visitor experience, in which hospitality operations are fully integrated with, and complementary to, an exploration of the collections. As the first stage in a larger process of re-strategising the museum’s commercial activities, the main shop is to be completely resigned and refitted to create a more flexible and dynamic space, which will function in close dialogue with the galleries, exhibitions and events surrounding it. Sitting at the heart of the museum, this site is crucial in defining not only retail within the museum but the visitor experience as a whole. Providing access to and from almost all areas on the ground floor it is traversed by virtually every visitor, whether arriving at or exiting the museum. It is also an iconic destination in its own right, and is regularly featured in lists of the top outlets in London. For all these reasons it is fundamental that the main shop is of a quality to match the surrounding galleries, and is at the forefront of current retail operations and design.
II.1.6)Common Procurement Vocabulary:
79932000 - Interior design services.
79930000 - Speciality design services.
71220000 - Architectural design services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
It is anticipated that the services are to be performed from June 2016, with RIBA stage 4 completed in October 2016 and the fit-out/build taking place between February and March 2017. The anticipated project budget is approximately £1,000,000.
Estimated value excluding VAT:
Range between: 100,000 and 150,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 10 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the Pre-Qualification Questionnaire
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Pre-Qualification Questionnaire
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the Pre-Qualification Questionnaire
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire, Economic Operators must be able to demonstrate a turnover of £200,000 (twice the anticipated lower value of the contract value of £100,000).
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
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:
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. The V&A reserves the right to amend this number.
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: VA/CON/13/16
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 06/04/2016
Time: 17:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 18/04/2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Interior-design-services./32FCV4YK66
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/32FCV4YK66
GO-201634-PRO-7853354 TKR-201634-PRO-7853353
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 04/03/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: V&A Museum Main Shop Design
Reference number: VA/CON/19/16
II.1.2) Main CPV code:
79932000 - Interior design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Please note that this is not a new contract opportunity, but instead is advertising the award of contract. The V&A has appointed a design practice to transform their main shop and introduce a new approach to retail at the museum.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 96,250
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
79932000 - Interior design services.
79930000 - Speciality design services.
71220000 - Architectural design services.
II.2.3) Place of performance
Nuts code:
UKI11 - Inner London - West
Main site or place of performance:
Inner London - West
II.2.4) Description of the procurement: Design services for the V&A's main shop in its South Kensington site.
II.2.5) Award criteria:
Quality criterion - Name: Response to the requirements outlined in the brief and the projected build cost / Weighting: 50
Quality criterion - Name: Team structure and methodology / Weighting: 20
Cost criterion - Name: Proposed Fee / Weighting: 15
Cost criterion - Name: Resource Schedule / Weighting: 15
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2016/S 48-80014
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 01
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/06/2016
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Friend and Company Ltd
30 City Road, London, EC1Y 2AB, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 96,250
Total value of the contract/lot: 96,250
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Significant subcontractors to this contract include Millimetre Ltd and Studio Stkhaus who all form part of the design team along with the main contractor
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=205884881
VI.4) Procedures for review
VI.4.1) Review body
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 02/08/2016