The National Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | NG200 Commercial Design Consultancy |
Notice type: | Contract Notice |
Authority: | The National Gallery |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | As part of its NG200 programme, the National Gallery is seeking specialist(s) in food + beverage, retail design and fit-out to work alongside lead architects, Selldorf, to design various new spaces within the National Gallery. |
Published: | 03/04/2023 11:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the National Gallery
The National Gallery, Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475810, Email: contracting@ng-london.org.uk
Main Address: www.nationalgallery.org.uk
NUTS Code: UKI32
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:-Project-and-design-preparation%2C-estimation-of-costs./7GQ6E2283H
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/7GQ6E2283H 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: NG200 Commercial Design Consultancy
Reference Number: Not provided
II.1.2) Main CPV Code:
71242000 - Project and design preparation, estimation of costs.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: As part of its NG200 programme, the National Gallery is seeking specialist(s) in food + beverage, retail design and fit-out to work alongside lead architects, Selldorf, to design various new spaces within the National Gallery.
II.1.5) Estimated total value:
Value excluding VAT: 225,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Sainsbury Wing Ground Floor Design
Lot No: 1
II.2.2) Additional CPV codes:
55900000 - Retail trade services.
II.2.3) Place of performance:
UKI32 Westminster
II.2.4) Description of procurement: As part of its NG200 programme, the National Gallery is seeking a specialist in retail design and fit-out to work alongside lead architects, Selldorf, to design the retail store on the ground floor of the Sainsbury Wing. The NG200 Welcome project will transform the ground and first floors of the Sainsbury Wing to create an enlarged and improved foyer. The Sainsbury Wing will provide the Gallery’s principal entrance and as one of the first touchpoints on the visitor journey in this re-imagined space, the new store will be an integral part of the welcome experience and open to gallery-goers and casual visitors alike.
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: 45,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/12/2023
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: 5
/ Maximum number: 7
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7GQ6E2283H
II.2) Description Lot No. 2
II.2.1) Title: Sainsbury Wing First Floor Mezzanine
Lot No: 2
II.2.2) Additional CPV codes:
55000000 - Hotel, restaurant and retail trade services.
II.2.3) Place of performance:
UKI32 Westminster
II.2.4) Description of procurement: As part of its NG200 programme, the National Gallery is seeking a specialist in retail and f&b design and fit-out to work alongside lead architects, Selldorf, to design an integrated solution for the first floor mezzanine which will include a restaurant, signature bar overlooking Trafalgar Square as well as a destination bookstore. The space will also play an important role as an events venue out of hours. The NG200 Welcome project will transform the ground and first floors of the Sainsbury Wing to create an enlarged and improved foyer. The design of the first floor needs to work effectively from a visitor, commercial and operational perspective in terms of presenting an intriguing journey that draws people into the space; it needs to be integrated both within the space itself as well as considering the views to and from it from the ground floor.
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: 90,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/12/2023
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: 5
/ Maximum number: 7
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
II.2) Description Lot No. 3
II.2.1) Title: Wilkins Building Supporters' House
Lot No: 3
II.2.2) Additional CPV codes:
79932000 - Interior design services.
II.2.3) Place of performance:
UKI32 Westminster
II.2.4) Description of procurement: As part of its NG200 programme, the National Gallery is seeking a specialist in the design and fit-out of hospitality and members’ spaces to work alongside lead architects, Selldorf, to design the interior of its new Supporters’ House. The Supporters’ House is a c420 sq m space comprising a lounge & bar, private dining space, restaurant, bar and events space. It will provide the Gallery’s growing community of supporters with a place to gather and call home, a place for artists and art lovers within the Gallery’s original 19th century Wilkins building.
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: 90,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2023 / End: 31/12/2023
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: 5
/ Maximum number: 7
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
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.2.1) 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: 03/05/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/05/2023
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-London:-Project-and-design-preparation%2C-estimation-of-costs./7GQ6E2283H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7GQ6E2283H
VI.4) Procedures for review
VI.4.1) Review body:
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Internet address: www.nationalgallery.org.uk
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: 03/04/2023
Annex A