Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A East Wayfinding and Storehouse Interpretation Design |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | V&A East is one of the world’s most significant new cultural projects. V&A East’s two landmark sites will open at the Queen Elizabeth Olympic Park, east London, in 2024 and 2025. We’re seeking a design team to create the wayfinding & signage across both V&A East sites and to design the interpretation at V&A East Storehouse. We are looking for collaborators that share our vision to make arts accessible to all and who are committed to delivering cultural experiences that resonate with a diverse and underserved audience. This is a rare opportunity to contribute towards the shaping of a new type of museum experience, one that looks behind the workings of the institution, that democratises the objects in our collection and foregrounds multiple voices and perspectives. |
Published: | 23/09/2022 16:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: d.osborne@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:-Graphic-design-services./GYZ4KSTXEY
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/GYZ4KSTXEY 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 Wayfinding and Storehouse Interpretation Design
Reference Number: VA/CON/27/22
II.1.2) Main CPV Code:
79822500 - Graphic design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: V&A East is one of the world’s most significant new cultural projects. V&A East’s two landmark sites will open at the Queen Elizabeth Olympic Park, east London, in 2024 and 2025.
We’re seeking a design team to create the wayfinding & signage across both V&A East sites and to design the interpretation at V&A East Storehouse. We are looking for collaborators that share our vision to make arts accessible to all and who are committed to delivering cultural experiences that resonate with a diverse and underserved audience.
This is a rare opportunity to contribute towards the shaping of a new type of museum experience, one that looks behind the workings of the institution, that democratises the objects in our collection and foregrounds multiple voices and perspectives.
II.1.5) Estimated total value:
Value excluding VAT: 110,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
92521000 - Museum services.
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: This brief is looking for a design team to map visitor & staff journeys at both sites, finding ways to navigate that are imaginative, bold and effective in equal measure.
The key considerations are: Adaptability, Sustainability, and Accessibility.
V&A East welcomes bids from individuals, single creative and design practices as well as collaborative bids, particularly those that are or include emerging practices, east London based practices and those that widen representation within the design team. We expect that the submission will include consultants with experience in wayfinding and signage design, and consultants with experience in interpretation design.
The scope comprises:
a) Strategy and mapping
b) Wayfinding and signage
c) Interpretation at V&A East Storehouse
For more information please download the mini brief from Delta
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: 110,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 09/01/2023 / End: 30/11/2024
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:
Not provided
Objective criteria for choosing the limited number of candidates: 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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
A minimum turnover of £100k is required to be eligible for this contract.
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: No
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: 24/10/2022 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/11/2022
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 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:-Graphic-design-services./GYZ4KSTXEY
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GYZ4KSTXEY
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: 23/09/2022
Annex A