Victoria and Albert Museum: Contract for the Provision of Design Services for the Base Build of the Interior Spaces of the Museum of Childhood, London

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

Notice Summary
Title: Contract for the Provision of Design Services for the Base Build of the Interior Spaces of the Museum of Childhood, London
Notice type: Contract Notice
Authority: Victoria and Albert Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The V&A is looking for an exciting and ambitious design team to transform the interior spaces of the Museum of Childhood. This project sits within the broader context of our FuturePlan, an ambitious programme of development in which the best contemporary designers are creating exciting new galleries and visitor facilities, while revealing and restoring the beauty of our original buildings. The V&A is the world’s leading museum of art, design and performance, promoting the practice of design and increasing knowledge, understanding and enjoyment of the designed world. The Museum of Childhood (MoC) is the UK’s National Museum of Childhood, and the largest institution of its kind in the world. As part of the V&A estate, the mission of the MoC is to explore art, design and performance through the material culture of childhood and to hold in trust the nation’s childhood collections.
Published: 09/11/2017 16:15
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-Kensington: Architectural, construction, engineering and inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             Victoria and Albert Museum
             Cromwell Road, Kensington, SW7 2RL, United Kingdom
             Tel. +44 2079422229, Email: procurement@vam.ac.uk
             Main Address: https://www.vam.ac.uk
             NUTS Code: UKI4
      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: http://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Architectural%2C-construction%2C-engineering-and-inspection-services./5572JG86R3
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/5572JG86R3 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: Contract for the Provision of Design Services for the Base Build of the Interior Spaces of the Museum of Childhood, London       
      Reference Number: VA/CON/30/17
      II.1.2) Main CPV Code:
      71000000 - Architectural, construction, engineering and inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The V&A is looking for an exciting and ambitious design team to transform the interior spaces of the Museum of Childhood. This project sits within the broader context of our FuturePlan, an ambitious programme of development in which the best contemporary designers are creating exciting new galleries and visitor facilities, while revealing and restoring the beauty of our original buildings. The V&A is the world’s leading museum of art, design and performance, promoting the practice of design and increasing knowledge, understanding and enjoyment of the designed world. The Museum of Childhood (MoC) is the UK’s National Museum of Childhood, and the largest institution of its kind in the world. As part of the V&A estate, the mission of the MoC is to explore art, design and performance through the material culture of childhood and to hold in trust the nation’s childhood collections.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71220000 - Architectural design services.
      71300000 - Engineering services.
      79930000 - Speciality design services.
      
      II.2.3) Place of performance:
      UKI4 Inner London – East
      
      II.2.4) Description of procurement: The procurement process will follow the restricted procedure. An honorarium of £1500 will be offered to tenders that submit a tender in the second stage of the process. For more information, please download and review the procurement documentation.

The MoC collection comprises over 35,000 objects ranging from the 16th century to the present day. It has a broad reach, covering all aspects of childhood and is unparalleled in the rich diversity of its media. The collection is displayed in a listed ironwork structure which formed the original V&A museum before its relocation, and an exceptional example of Victorian engineering. In order to support the redevelopment of our permanent and temporary galleries, we are now seeking a base-build design team to develop full shell and core design, including structural, M&E, heritage, lighting and acoustic schemes. This package will also cover limited elements of fit out design in some specified areas. Further fit out packages for galleries will be issued separately later in the programme.
      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: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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:
             Envisaged minimum number: 4
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documents.
      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:          
      As set out in the procurement documents    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As set out in the procurement documents. Please note the requirement for turnover to be equal or greater to the estimated contract value of GBP 200000. If bidding as a group of companies, this requirement is applied across the group.    
      Minimum level(s) of standards possibly required (if applicable) :       
      As set out in the procurement documents    
      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       
      As set out in the procurement documentation.          
      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: 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: 11/12/2017
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/12/2017       
      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 No       
   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-Kensington:-Architectural%2C-construction%2C-engineering-and-inspection-services./5572JG86R3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5572JG86R3
   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: 09/11/2017

Annex A


View any Notice Addenda

View Award Notice