Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A East Wayfinding and Interpretation Contractor |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | V&A East is dedicated to creative opportunity and its power to bring change. Two free cultural destinations – V&A East Storehouse and Museum – will open up the V&A collection for all, celebrate making in all its forms and create new possibilities for everyone. We are seeking to appoint a supplier for the manufacture, supply and installation of our Wayfinding and Interpretation scheme at V&A East alongside some partial design work regarding the final signage fixings. For more information, please see the Brief and Scope of Services which outlines the requirements for the project. |
Published: | 12/09/2024 12:42 |
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: 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/respond/7SK2TSYMTM
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/7SK2TSYMTM 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 Interpretation Contractor
Reference Number: VA/CON/35/24
II.1.2) Main CPV Code:
45212313 - Museum construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: V&A East is dedicated to creative opportunity and its power to bring change. Two free cultural destinations – V&A East Storehouse and Museum – will open up the V&A collection for all, celebrate making in all its forms and create new possibilities for everyone.
We are seeking to appoint a supplier for the manufacture, supply and installation of our Wayfinding and Interpretation scheme at V&A East alongside some partial design work regarding the final signage fixings. For more information, please see the Brief and Scope of Services which outlines the requirements for the project.
II.1.5) Estimated total value:
Value excluding VAT: 320,000
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 contract is for:
•The manufacture, supply and installation of the Wayfinding and Interpretation deliverables, with some partial design work regarding the signage fixings
•Services shall be provided on a fixed fee basis and must be inclusive of all expenses, disbursements, and other costs associated with meeting the V&A’s requirement
•The contract term is for the duration of the project, which is currently programmed to finish in December 2025.
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: 15/11/2024 / End: 31/12/2025
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: Yes
Description of options: Variations to materials, production methods and programme, plus any additional services or works that may reasonably be required that are relevant to the project, or the Brief and Scope of Services, to be instructed by means of a contract variation.
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) :
Turnover for the most recent year of trading must be equal to or above twice the contract value (i.e. £640,000)
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
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: 14/10/2024 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English, Walloon,
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: 14/10/2024
Time: 12:30
Place:
Electronically via Delta
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:-Museum-construction-work./7SK2TSYMTM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7SK2TSYMTM
VI.4) Procedures for review
VI.4.1) Review body:
Public Procurement Review Service
Cabinet Office, London, United Kingdom
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: 12/09/2024
Annex A