Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tate St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer. |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Palais de Danse is one of the most unique spaces in St Ives. Formerly a cinema and dance hall, it was used by Barbara Hepworth from 1961 onwards as her second studio where she created some of her largest sculptures. The Palais is both deeply rooted in community memory and central to Hepworth’s artistic legacy worldwide, and holds significance for local residents as well as historians and enthusiasts of modern art. Tate are looking to appoint a professional team to support this ambition and to realise an innovative design response to give the unique heritage of the Palais de Danse a new life. The architectural and engineering solution will secure the building for future public use and open it up to a broad range of visitors. A successful project will balance Tate’s aspirations with the artistic, social, and architectural heritage significance of the Grade II listed structure and regenerate the site in a sustainable way for the future generations. |
Published: | 04/01/2023 15:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Tate Gallery
20 John Islip Street, Millbank, London, SW1P 4RG, United Kingdom
Tel. +44 2078878811, Email: procurement@tate.org.uk
Contact: Procurement
Main Address: www.tate.org.uk
NUTS Code: UKK
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/respond/4WG55R6A68
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/4WG55R6A68 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tate St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer.
Reference Number: Not provided
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Palais de Danse is one of the most unique spaces in St Ives. Formerly a cinema and dance hall, it was used by Barbara Hepworth from 1961 onwards as her second studio where she created some of her largest sculptures. The Palais is both deeply rooted in community memory and central to Hepworth’s artistic legacy worldwide, and holds significance for local residents as well as historians and enthusiasts of modern art.
Tate are looking to appoint a professional team to support this ambition and to realise an innovative design response to give the unique heritage of the Palais de Danse a new life. The architectural and engineering solution will secure the building for future public use and open it up to a broad range of visitors. A successful project will balance Tate’s aspirations with the artistic, social, and architectural heritage significance of the Grade II listed structure and regenerate the site in a sustainable way for the future generations.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Combining Lots 1, 2 and 3 at ITT stage, with a process as set out in the tender documents.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: LOT 1 Architect, Lead Designer and Heritage specialist
Lot No: 1
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71200000 - Architectural and related services.
71210000 - Advisory architectural services.
71220000 - Architectural design services.
71221000 - Architectural services for buildings.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: LOT 1 Architect, Lead Designer and Heritage specialist
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:
Start: 01/04/2023 / End: 30/04/2026
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: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Based on overall score achieved 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
II.2) Description Lot No. 2
II.2.1) Title: Structural Engineer
Lot No: 2
II.2.2) Additional CPV codes:
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: Lot 2 - Structural Engineer
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:
Start: 01/04/2023 / End: 30/04/2026
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:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4WG55R6A68
II.2) Description Lot No. 3
II.2.1) Title: MEP Engineer
Lot No: 3
II.2.2) Additional CPV codes:
71333000 - Mechanical engineering services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: Lot 3 - MEP Engineer
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:
Start: 01/04/2023 / End: 30/04/2026
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: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
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
II.2) Description Lot No. 4
II.2.1) Title: All lots, delivered as a consortia or bidding group
Lot No: 4
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: All lots, delivered as a consortia or group
(set out which entity would be responsible for delivering each individual service and confirm which organisation will act as lead legal contracting entity)
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:
Start: 01/04/2023 / End: 30/04/2026
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: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
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:
•£5m Employers’ Liability (Compulsory Insurance)*
•£5m Public Liability insurance (each and every loss)
•£10m Professional indemnity insurance
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Prompt Payment of Suppliers
Tenderers should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 60 days.
Liquidity Test (Acid Test)
(Current Assets – Stock) / Current Liabilities
From the latest 2 years accounts, the average result of the Test should be 0.8 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.
Provision of accounts
Tenderers should submit the latest 3 years audited accounts as an appropriately referenced appendix.
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:
Details of three contracts, in any combination from either the cultural sector, a public building or a listed environment that are relevant to Tate’s requirement. These contracts should also be for clients working in regulated, complex funding environments where value for money was of high importance, and preferably at least one example in Cornwall or South West Region.
Contracts for supplies or services should have been performed during the past five years.
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 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: 06/02/2023 Time: 12:05
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/03/2023
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): 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 No
Electronic invoicing will be accepted Yes
Electronic payment will be used 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-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./4WG55R6A68
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4WG55R6A68
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:
Not Provided
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
VI.5) Date Of Dispatch Of This Notice: 04/01/2023
Annex A