Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Photography Centre Phase 2 Base Build Architect |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The V&A is seeking a suitably qualified and experienced Base Build Architect to join the design team for Phase 2 of the Photography Gallery project. The overall purpose is to create a state-of-the-art International Photography Centre at the V&A, to improve public understanding of the history of photography and its techniques. Phase 1 has been delivered and encompasses rooms 99, 100 & 101. Phase 2 is now commencing. The design for the second phase of the Photography Centre comprises of rooms 95, 96, 97 and 98, a new roof to the Tapestry Gallery (room 94) and a large amount of M&E upgrade / replacement works. These spaces will join Phase 1 to complete and reopen the suite of rooms originally designed and built in the 1860s. It is important that there is coherence across the spaces associated with Phases 1 and 2 of the Photography Centre. This contract is for the Base Build elements of Phase 2 only. A separate competition will follow for the gallery fit out design. |
Published: | 17/05/2019 16:56 |
View Full Notice
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: 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-Kensington:-Architectural-design-services./A2P9G476M3
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/A2P9G476M3 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: Photography Centre Phase 2 Base Build Architect
Reference Number: VA/CON/25/19
II.1.2) Main CPV Code:
71220000 - Architectural design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A is seeking a suitably qualified and experienced Base Build Architect to join the design team for Phase 2 of the Photography Gallery project.
The overall purpose is to create a state-of-the-art International Photography Centre at the V&A, to improve public understanding of the history of photography and its techniques. Phase 1 has been delivered and encompasses rooms 99, 100 & 101. Phase 2 is now commencing.
The design for the second phase of the Photography Centre comprises of rooms 95, 96, 97 and 98, a new roof to the Tapestry Gallery (room 94) and a large amount of M&E upgrade / replacement works. These spaces will join Phase 1 to complete and reopen the suite of rooms originally designed and built in the 1860s. It is important that there is coherence across the spaces associated with Phases 1 and 2 of the Photography Centre.
This contract is for the Base Build elements of Phase 2 only. A separate competition will follow for the gallery fit out design.
II.1.5) Estimated total value:
Value excluding VAT: 180,000
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:
UKI3 Inner London – West
II.2.4) Description of procurement: The base build designer will be required to provide designs to:
• Integrate and coordinate the base-build engineering; mechanical, electrical and structural, for rooms 95-98 and the roof of room 94.
• Provide a heritage strategy and planning application for the Photography Centre, particularly in relation to the replacement MEP works and new roof and ceiling to room 94.
• Provide design and coordination for a new roof form and ceiling to the Tapestry Gallery above room 94.
• Coordinate surveys of existing infrastructure. Opportunities to improve the M&E systems are to be investigated as part of the gallery environment improvements. Surveys should be commissioned to investigate the extent of work required and the options available.
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: 15/07/2019 / End: 01/03/2022
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: 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/A2P9G476M3
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:
Selection criteria as stated in the procurement documents
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 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: 17/06/2019 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: 17/06/2019
Time: 12:00
Place:
Electronically via the Delta tendering system
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 No
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-design-services./A2P9G476M3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A2P9G476M3
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: 17/05/2019
Annex A