Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tate - Clore Garden - Project Manager, Contract Administrator, Approved Inspector, Principal Designer |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | On behalf of the Board of Trustees of the Tate Gallery, we are looking to appoint a suitably qualified set of consultants to support the transformation of the landscape at the front of Tate Britain Gallery, along Millbank. The Tate Britain Garden Project will transform the open spaces in front of the gallery, the so-called Millbank entrance, reframing the public approach and formal entrance to Tate Britain with a beautiful, contemporary and welcoming new green space. The garden will be an open invitation for new audiences of all ages and backgrounds to engage with exceptional plants and garden design, to rest, to play, to meet, to explore works of art, to enjoy food and drink in a beautiful plant-filled setting. We want the garden to be a model of new thinking in urban ecological design, set out with people and nature in mind, reversing the current predominance of hard landscaping, formal barriers and under-used areas in the current garden. We want to open up the spaces, introducing plant species and features that will thrive in the garden and create visual interest year-round. |
Published: | 25/10/2024 15:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the Tate Gallery
Tate, Millbank, Westminster, London, SW1P 4RG, United Kingdom
Tel. +44 2078878811, Email: declan.mcalister@tate.org.uk
Main Address: www.tate.org.uk
NUTS Code: UKI
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:-Construction-management-services./XHG6XX794P
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
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 - Clore Garden - Project Manager, Contract Administrator, Approved Inspector, Principal Designer
Reference Number: Not provided
II.1.2) Main CPV Code:
71540000 - Construction management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: On behalf of the Board of Trustees of the Tate Gallery, we are looking to appoint a suitably qualified set of consultants to support the transformation of the landscape at the front of Tate Britain Gallery, along Millbank.
The Tate Britain Garden Project will transform the open spaces in front of the gallery, the so-called Millbank entrance, reframing the public approach and formal entrance to Tate Britain with a beautiful, contemporary and welcoming new green space.
The garden will be an open invitation for new audiences of all ages and backgrounds to engage with exceptional plants and garden design, to rest, to play, to meet, to explore works of art, to enjoy food and drink in a beautiful plant-filled setting. We want the garden to be a model of new thinking in urban ecological design, set out with people and nature in mind, reversing the current predominance of hard landscaping, formal barriers and under-used areas in the current garden. We want to open up the spaces, introducing plant species and features that will thrive in the garden and create visual interest year-round.
II.1.5) Estimated total value:
Value excluding VAT: 1
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: Lot 1, 2, 3 and 4
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Project Manager
Lot No: 1
II.2.2) Additional CPV codes:
71541000 - Construction project management services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1 - Project Management
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: 01/12/2024 / End: 31/10/2026
This contract is subject to renewal: No
Description of renewals: 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/XHG6XX794P
II.2) Description Lot No. 2
II.2.1) Title: Contract Administrator
Lot No: 2
II.2.2) Additional CPV codes:
79994000 - Contract administration services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2 - Contract Administrator
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:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: 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. 3
II.2.1) Title: Approved Inspector
Lot No: 3
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
71315400 - Building-inspection services.
71631300 - Technical building-inspection services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 3 - Approved Inspector
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:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: 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: Principal Designer
Lot No: 4
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 4 - Principal Designer
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:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: 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. 5
II.2.1) Title: Lot 5 - All Lots
Lot No: 5
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 5 - All Lots
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:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: 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:
Tenderers should ideally possess relevant experience, demonstrated by on-going and historical contract information. However, it is recognised that this may not be possible for Tenderers new to the field, or for small providers whose customer base is limited, in which case the information given should relate as closely as possible to this ideal. Tenderers who are unable to demonstrate this will fail.
Please provide 2 case study examples, undertaken in the last 5 years, of providing similar work in a listed, heritage space.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
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.
Please provide your last 2 years accounts as an appendix to your tender response so that Tate can independently verify that you meet this threshold.
Please also provide evidence of your VAT status i.e. a VAT number.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: Urgency of appointment
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 25/11/2024 Time: 12:00
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): 1
IV.2.7) Conditions for opening of tenders:
Date: 26/11/2024
Time: 12:00
Place:
Electronic
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:-Construction-management-services./XHG6XX794P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XHG6XX794P
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: 25/10/2024
Annex A