Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A Storehouse Furniture, Fittings and Equipment (FF&E) |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Designed by New York architects Diller, Scofidio + Renfro with support from UK based architects Austin-Smith:Lord, V&A East Storehouse is a 16,000m2 purpose-built home for over 250,000 objects, 350,000 library books and 1,000 archives. It is located at Here East in Stratford, East London. The V&A wishes to procure FF&E for Phases 1 and 2 of their FF&E packages which include a number of Back of House and Front of House spaces. Spatial planning and FF&E specification have already been completed by the Project Architects, so this tender is for supply only, though consultation may be necessary if alternatives are required. |
Published: | 05/11/2021 16:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
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:-Furniture./QQ5C42ZQ94
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: V&A Storehouse Furniture, Fittings and Equipment (FF&E)
Reference Number: VA/CON/40/21
II.1.2) Main CPV Code:
39100000 - Furniture.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Designed by New York architects Diller, Scofidio + Renfro with support from UK based architects Austin-Smith:Lord, V&A East Storehouse is a 16,000m2 purpose-built home for over 250,000 objects, 350,000 library books and 1,000 archives. It is located at Here East in Stratford, East London. The V&A wishes to procure FF&E for Phases 1 and 2 of their FF&E packages which include a number of Back of House and Front of House spaces. Spatial planning and FF&E specification have already been completed by the Project Architects, so this tender is for supply only, though consultation may be necessary if alternatives are required.
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:
UKI4 Inner London – East
II.2.4) Description of procurement: The scope of the contract is a range of 109 different items of FF&E. For more details, please review the tender pack. Tenders are invited on a fixed price basis.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2021 / End: 29/07/2022
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Purchases for Phase 1 and Phase 2 are separate. Neither phase is confirmed until a purchase order is received by the supplier.
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: Variant bids are permitted as directed in the tender documents, where the V&A has indicated that for some items tenderers may offer an alternative in addition to compliant pricing.
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
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.1.3) 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.2.2) 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 Acclerated
Justification for the choice of accelerated procedure: Due to fluctuations and longer than expected lead times, the original programme for this contract is no longer viable. To ensure the goods can be supplied on time, the V&A is slightly reducing the tender period.
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: 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: 29/11/2021 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: 29/11/2021
Time: 12:30
Place:
Electronically
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: 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:-Furniture./QQ5C42ZQ94
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QQ5C42ZQ94
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: 05/11/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Board of Trustees of the Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
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 Storehouse Furniture, Fittings and Equipment (FF&E)
Reference number: VA/CON/40/21
II.1.2) Main CPV code:
39100000 - Furniture.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: PLEASE NOTE: THIS IS A NOTICE TO PUBLICISE THE AWARD OF A CONTRACT AND NOT A CONTRACT OPPORTUNITY. PLEASE DO NOT RESPOND TO THIS NOTICE
Designed by New York architects Diller, Scofidio + Renfro with support from UK based architects Austin-Smith:Lord, V&A East Storehouse is a 16,000m2 purpose-built home for over 250,000 objects, 350,000 library books and 1,000 archives. It is located at Here East in Stratford, East London. The V&A wishes to procure FF&E for Phases 1 and 2 of their FF&E packages which include a number of Back of House and Front of House spaces. Spatial planning and FF&E specification have already been completed by the Project Architects, so this tender is for supply only, though consultation may be necessary if alternatives are required.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
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: The scope of the contract was a range of 109 different items of FF&E.
II.2.5) Award criteria:
Price - Weighting: 65
II.2.11) Information about options
Options: Yes
Description of these options:Purchases for Phase 1 and Phase 2 are separate. Neither phase is confirmed until a purchase order is received by the supplier. Contract award sums stated in this notice only relate to Phase 1.
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: Open Accelerated
Justification for the choice of accelerated procedure: Due to fluctuations and longer than expected lead times, the original programme for this contract is no longer viable. To ensure the goods can be supplied on time, the V&A is slightly reducing the tender period.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-027887
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: 29/01/2022
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 6 (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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Portsdown Office Limited, 01779525
Lakeside 3000, Lakeside North Harbour, Portsmouth, PO6 3EN, United Kingdom
NUTS Code: UKJ31
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: Not Provided
Total value of the contract/lot: 227,487
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663285526
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: 02/02/2022