Victoria and Albert Museum: V&A Gilbert Galleries - Design

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

Notice Summary
Title: V&A Gilbert Galleries - Design
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The Rosalinde and Arthur Gilbert Collection comprises some of the most beautiful and intricate objects ever made, many in precious metals, from a minute to a monumental scale. It is notable for its European and British ‘masterpieces’ including gold and silver objects, snuffboxes, painted enamels and stone and glass mosaics. At present, four galleries in the V&A (G70-73) are dedicated to showing a selection of objects from the Gilbert Collection. Around 430 objects are on display (approximately half of the entire collection). Objects are frequently loaned out and have been included in shows around the world. The Victoria and Albert Museum (“V&A”) wishes to appoint a team for the design of the Gilbert Galleries. The disciplines required are: architectural design services, structural engineers, M&E engineers, heritage consultancy, fire and access consultancy, and CDM services.
Published: 13/01/2023 15:27
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: Architectural design services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Board of Trustees of the Victoria and Albert Museum (the "V&A")
             Cromwell Road, London, SW7 2RL, United Kingdom
             Tel. +44 2079422056, Email: r.day@vam.ac.uk
             Contact: Rory Day
             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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./R5QM5VY3QT
      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/R5QM5VY3QT 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: V&A Gilbert Galleries - Design       
      Reference Number: VA/CON/01/23
      II.1.2) Main CPV Code:
      71220000 - Architectural design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Rosalinde and Arthur Gilbert Collection comprises some of the most beautiful and intricate objects ever made, many in precious metals, from a minute to a monumental scale. It is notable for its European and British ‘masterpieces’ including gold and silver objects, snuffboxes, painted enamels and stone and glass mosaics.

At present, four galleries in the V&A (G70-73) are dedicated to showing a selection of objects from the Gilbert Collection. Around 430 objects are on display (approximately half of the entire collection). Objects are frequently loaned out and have been included in shows around the world.

The Victoria and Albert Museum (“V&A”) wishes to appoint a team for the design of the Gilbert Galleries. The disciplines required are: architectural design services, structural engineers, M&E engineers, heritage consultancy, fire and access consultancy, and CDM services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 240,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI3 Inner London – West
      
      II.2.4) Description of procurement: This procurement process is being run using the "restricted" procedure, which consists of a two stage process. Stage 1 is the Selection stage. To be considered for Selection, you must complete and submit a Selection Questionnaire (“SQ”) via the Delta e-Sourcing portal.

The highest scoring applicants will then be invited to submit a tender at the second stage, the Tender stage. A £1,500 honorarium is payable to unsuccessful tenderers at the Tender stage. Tenders will be evaluated on the basis of 70% quality and 30% price.

The draft procurement documents for the tender stage have been made available for download for information only and whilst they are the latest versions available, they are subject to change. Appendices to the brief are not available at this stage for confidentiality reasons, and will only be made available to tenderers at the second stage upon completion of a non-disclosure agreement.

For more information on the process - including what is required at each stage and how responses will be assessed - please refer to the documents on Delta.

The fee estimate for this appointment is £240,000 but this is indicative only. Duration of contract dates provided are indicative only and are subject to change.
      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: 240,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/04/2023 / End: 30/11/2025       
      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: 5
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: We envisage inviting between five and six candidates to tender. The number will be chosen based on the quality of submissions.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Any additional services that may reasonably be required that are relevant to the brief and scope, to be instructed by means of a contract variation.
      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:       


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       
      List and brief description of selection criteria:
      Applicants must be of good financial standing and a third party credit check may be undertaken in addition to proof supplied by tenderers at Stage 2 to verify this.    
      Minimum level(s) of standards possibly required (if applicable) :       
      No minimum turnover requirement applies to this procurement process    
      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 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: 15/02/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/02/2023       
      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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-design-services./R5QM5VY3QT

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R5QM5VY3QT
   VI.4) Procedures for review
   VI.4.1) Review body:
             Victoria and Albert Museum
       Cromwell Road, London, SW7 2RL, United Kingdom
   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: 13/01/2023

Annex A


View any Notice Addenda

View Award Notice