Victoria and Albert Museum: Main Contractor Works for the V&A Collection and Research Centre

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

Notice Summary
Title: Main Contractor Works for the V&A Collection and Research Centre
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Works
Procedure: Restricted
Short Description: The V&A is inviting interested suppliers to apply to be considered to be invited to tender for the main contract for its new Collection and Research Centre. The Collection and Research Centre will offer unprecedented and enhanced access to hundreds and thousands of objects not currently on public display. Envisioned as a creative sourcebook, it will bring study, learning, conservation, research and public programmes together in one place. The Centre will become a transformational new model for how museum collections can be stored, cared for and explored.
Published: 16/11/2018 16:48
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: Building construction work.
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:-Building-construction-work./83HTC4Q237
      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: Main Contractor Works for the V&A Collection and Research Centre       
      Reference Number: VA/CON/51/18
      II.1.2) Main CPV Code:
      45210000 - Building construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The V&A is inviting interested suppliers to apply to be considered to be invited to tender for the main contract for its new Collection and Research Centre. The Collection and Research Centre will offer unprecedented and enhanced access to hundreds and thousands of objects not currently on public display. Envisioned as a creative sourcebook, it will bring study, learning, conservation, research and public programmes together in one place. The Centre will become a transformational new model for how museum collections can be stored, cared for and explored.       
      II.1.5) Estimated total value:
      Value excluding VAT: 22,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      45212300 - Construction work for art and cultural buildings.
      45300000 - Building installation work.
      45400000 - Building completion work.
      
      II.2.3) Place of performance:
      UKI4 Inner London – East
      
      II.2.4) Description of procurement: This procurement is conducted under the Restricted Procedure. The Works will be procured on a Two Stage Design and Build basis and carried out under an amended JCT Design and Build 2016 Contract. For procurement purposes, the works will be split between First Stage and Second Stage. An indicative allocation of the works has been uploaded with the PQQ. Generally, the Stage 1 works includes the structural works, the M&E plant and first-fix services, whereas the Stage 2 works generally covers the architectural fit out elements and second-fix M&E.

It is anticipated that the design of the building will be at RIBA Stage 3 when the invitation to tender is issued for the First Stage works. The design for the Second Stage works will be developed to Stage 3+/4A before being issued for procurement. The client’s current design team will not be novated to the main contractor to complete the design.

The storage racking will be procured directly by the client along with other loose furniture and fittings. Details of these interfaces along with the main contractor’s responsibilities will be included in the ITT documents.

The works comprise:
•Construction of two steel framed structural mezzanine floors and framing to new atrium opening in existing first floor
•Structural framing for new glazed rooflight opening in existing roof
•New lift shafts and staircases and structural modifications to existing
•New doors and windows in existing cladding
•Full and partial height solid and glazed internal partitions
•Fit-out of all spaces
•Specialist fittings and equipment to conservation, workshop, studio, research and front of house spaces
•MEP services including new air-handling units to be located on existing external gantry
•Connections to existing site-wide services
•Infrastructure/enabling works for installation of ‘Large Objects’ to be displayed from V&A’s Collection and attendance on V&A’s installation team
•Attendance on separate direct appointed storage racking contractor(s)

The proposed construction period is from October 2019 to March 2021
      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: 22,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 07/10/2019 / End: 19/03/2021       
      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
            / Maximum number: 4       
      Objective criteria for choosing the limited number of candidates: As stated in the procurement documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Variations which arise from changes to the scope and/or discovery
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/83HTC4Q237       


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:          
      Selection criteria as stated in the procurement documents    
      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 £35,000,000 is recommended    
      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       
      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: 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: 21/12/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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:-Building-construction-work./83HTC4Q237

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83HTC4Q237
   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: 16/11/2018

Annex A


View any Notice Addenda

View Award Notice