Victoria and Albert Museum: V&A East Museum Galleries Design

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

Notice Summary
Title: V&A East Museum Galleries Design
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Services
Procedure: Restricted
Short Description: One of the world's most significant new museum projects, V&A East will comprise two sister sites currently under construction in Queen Elizabeth Olympic Park, London. Opening in 2025, V&A East Museum celebrates global creativity and making relevant to today’s world. It joins cultural partners including BBC, UAL’s London College of Fashion, UCL and Sadler’s Wells as part of East Bank, the Mayor of London's £1.1 billion Olympic legacy project, which will create a new arts, innovation and education hub in Stratford’s Queen Elizabeth Olympic Park. The V&A is seeking Lead Consultant 3D Design and 2D Design services for the V&A East Museum Galleries. We’re keen to embrace new approaches to museum display so are looking for designers who will challenge us to deliver exciting galleries that engage our audiences both now and into the future.
Published: 04/04/2022 16:06
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 2079422229, Email: procurement@vam.ac.uk
             Contact: David Osborne
             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./Y7WQ8E92NZ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/Y7WQ8E92NZ 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 East Museum Galleries Design       
      Reference Number: VA/CON/11/22
      II.1.2) Main CPV Code:
      71220000 - Architectural design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: One of the world's most significant new museum projects, V&A East will comprise two sister sites currently under construction in Queen Elizabeth Olympic Park, London.

Opening in 2025, V&A East Museum celebrates global creativity and making relevant to today’s world. It joins cultural partners including BBC, UAL’s London College of Fashion, UCL and Sadler’s Wells as part of East Bank, the Mayor of London's £1.1 billion Olympic legacy project, which will create a new arts, innovation and education hub in Stratford’s Queen Elizabeth Olympic Park.

The V&A is seeking Lead Consultant 3D Design and 2D Design services for the V&A East Museum Galleries. We’re keen to embrace new approaches to museum display so are looking for designers who will challenge us to deliver exciting galleries that engage our audiences both now and into the future.       
      II.1.5) Estimated total value:
      Value excluding VAT: 170,000       
      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:
      UKI4 Inner London – East
      
      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 £1,000 honorarium is payable to unsuccessful tenderers at the Tender stage. Tenders will be evaluated on the basis of 70% quality and 30% price.

Please note that the Delta portal will open at 12:00 (noon) on Wednesday 6th April; it is not possible to access the documents before this time.

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 £140,000 - £170,000 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: 170,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 08/08/2022 / End: 31/08/2024       
      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: 5       
      Objective criteria for choosing the limited number of candidates: We envisage inviting between three and five 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: The contract has the option to include provision of design services for additional areas: namely Circulation Spaces and Entrance Gallery.

The contract has the option for the V&A to include contract variations relevant to the Brief and Scope of Services.
      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/Y7WQ8E92NZ       


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: 06/05/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 20/05/2022       
      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 No       
   Electronic payment will be used No       
   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-London:-Architectural-design-services./Y7WQ8E92NZ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y7WQ8E92NZ
   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: 04/04/2022

Annex A


View any Notice Addenda

View Award Notice

UK-London: Architectural design services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Board of Trustees of the Victoria and Albert Museum (the "V&A")
       Cromwell Road, London, SW7 2RL, United Kingdom
       Tel. +44 2079422229, Email: procurement@vam.ac.uk
       Contact: David Osborne
       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.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 East Museum Galleries Design            
      Reference number: VA/CON/11/22

      II.1.2) Main CPV code:
         71220000 - Architectural design services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The V&A has run a procurement process to appoint a Lead Consultant 3D Design and 2D Design team for the V&A East Museum Galleries. Please note that this is a notice to communicate the award decision, and is not a live opportunity.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 170,560
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI4 - Inner London – East
   
      Main site or place of performance:
      Inner London – East
             

      II.2.4) Description of the procurement: This procurement process was run using the "restricted" procedure, which consists of a two stage process. Stage 1 was the Selection stage which required completion and submission of a Selection Questionnaire (“SQ”) via the Delta e-Sourcing portal.

Tenders were be evaluated on the basis of 70% quality and 30% price.

      II.2.5) Award criteria:
      Quality criterion - Name: Design ambition, understanding of the brief and communication of ideas / Weighting: 40
      Quality criterion - Name: Team coherence & project resourcing demonstrating ability to deliver the project / Weighting: 15
      Quality criterion - Name: Collaborative approach, meeting the social value requirement / Weighting: 15
                  
      Cost criterion - Name: Price / Weighting: 15
      Cost criterion - Name: Resources / Weighting: 15
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract has the option to include provision of design services for additional areas: namely Circulation Spaces and Entrance Gallery.

The contract has the option for the V&A to include contract variations relevant to the Brief and Scope of Services.

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-009034
      
   

   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: Not Provided    
   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: 08/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Studio JA Projects Ltd, 11015296
             11b Cambridge Crescent, London, E2 9EN, United Kingdom
             Internet address: https://ja-projects.com/
             NUTS Code: UKI4
            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: 170,000          
         Total value of the contract/lot: 170,560
         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:
                  
                  Proportion: 27%                   
         Short description of the part of the contract to be subcontracted:
          2d Design - A Practice for Everyday Life
Artist Collaborator - Larry Achiampong          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=724725968

   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.4.3) 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: 29/09/2022