Victoria and Albert Museum: Temporary Exhibitions -Technical Project Management, Cost Consultancy and CDM Services Framework Agreement

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

Notice Summary
Title: Temporary Exhibitions -Technical Project Management, Cost Consultancy and CDM Services Framework Agreement
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Services
Procedure: Open
Short Description: Project Management, Cost consultancy and Principal Designer services for temporary exhibitions in publicly funded museums and galleries.
Published: 08/12/2021 14:52
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: Construction project management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Victoria and Albert Museum
             Cromwell Road, London, SW7 2RL, United Kingdom
             Tel. +44 2079422000, Email: procurement@vam.ac.uk
             Main Address: https://www.delta-esourcing.com/tenders/UK-title/6249QE4GEE
             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-project-management-services./6249QE4GEE
      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: Temporary Exhibitions -Technical Project Management, Cost Consultancy and CDM Services Framework Agreement       
      Reference Number: VA/CON/42/21
      II.1.2) Main CPV Code:
      71541000 - Construction project management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Project Management, Cost consultancy and Principal Designer services for temporary exhibitions in publicly funded museums and galleries.       
      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: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The V&A wishes to enter into a non-exclusive framework agreement with experienced suppliers offering professional services for Project Management and/or Cost Consultancy and/or CDM Co-ordination for the development and delivery of temporary exhibitions in publicly funded museums and galleries.
The Project Managers are required to oversee the design process, in line with the RIBA Plan of Work, to act as the Contract Administrator for appointed temporary fit-out contractors and to deliver exhibitions to deadline and to budget. The cost consultants are required to manage the Cost Plan. The Principal Designers are required to perform all functions and duties as defined by the Construction (Design and Management) CDM Regulations 2015.
Temporary exhibitions in publicly funded museums and galleries are designed by externally appointed or in-house design teams (including 3D, graphics, audio-visual and lighting design). The content of temporary exhibitions includes fine art, objects and audio-visual material drawn from museum collections and/or borrowed from institutional and/or private lenders. The nature of temporary exhibitions are that they move very quickly, with a design and build programme typically running for just 12 months. On-site build periods range from 2 weeks to 2 months, and are followed by an object installation period, running from 1 week to 1 month. Suppliers are required to have extensive experience and expertise in this specialist field.
Previously, we have received tender returns from large firms specialising in capital projects. This Framework requires extensive experience of temporary exhibition project management and cost planning.
      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: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The Framework will be for a period of 3 years with the option to extend for a further 1 year.
      
      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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      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:       
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 6           
         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: 17/01/2022 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/01/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2025
   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-London:-Construction-project-management-services./6249QE4GEE

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6249QE4GEE
   VI.4) Procedures for review
   VI.4.1) Review body:
             Victoria and Albert Museum
       Cromwell Road, London, SW7 2RL, United Kingdom
       Internet address: https://www.delta-esourcing.com/tenders/UK-title/6249QE4GEE
   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: 08/12/2021

Annex A


View any Notice Addenda

View Award Notice