Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | V&A North East Quarter Roof Works |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The V&A Museum building is Grade I listed and is located on Cromwell Road in South Kensington. The existing North and South Court roofs located within the Victoria and Albert Museum need replacing to ensure the gallery spaces below can be used in the future. |
Published: | 05/09/2022 16:14 |
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/tenders/UK-UK-London:-Museum-construction-work./T9ZH3Y8N35
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/T9ZH3Y8N35 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 North East Quarter Roof Works
Reference Number: VA/CON/25/22
II.1.2) Main CPV Code:
45212313 - Museum construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The V&A Museum building is Grade I listed and is located on Cromwell Road in South Kensington. The existing North and South Court roofs located within the Victoria and Albert Museum need replacing to ensure the gallery spaces below can be used in the future.
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
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: * Procurement for this project will be via a two-stage competitive tender process.
* Appointment expected end of 2022, under a formal Pre-Construction Services Agreement for 8 weeks.
* JCT Design and Build 2016 Form of Contract.
* Within the first stage of works, the successful contractor will undertaken any relevant surveys, provide a complete scaffolding design and complete a defined set of deliverables that the project team are currently working through.
* The outline Architectural information and outline Structural information can be found appended to the PQQ
North Courts:
The North court roofs will require a complete overhaul, with only the existing structure to remain (some minor structural alterations required). All of the existing pitched glazed roofs are to be replaced with double glazing. The existing single glazing of the clerestories is to be retained. Repairs required to existing cast iron gutters and installation of new external gantries to help facilitate future maintenance of the roofs. Some minor alterations work to the electrical items are required in the roof void spaces with majority of package being temporary electrical works to facilitate the works occurring. Additional electrical services are to be installed within some of the roof voids to afford safe access and egress eg. Lighting/Emergency Lighting. A new aspirating smoke detection system is to be installed.
Substantial works required in terms of logistics for installation of scaffolding to North Courts required as number of gallery spaces to remain open whilst the works occur.
Fixed blackout blinds are to be provided within all areas with glazed roofs.
South Courts
The South Court roofs consist of Gallery 38, 39 & Prince Consort.
Gallery 38 & Prince Consort roofs require new felt roof coverings and insulation over existing finish. No internal gallery works are required.
Assumed no scaffolding requirements needed for Gallery 38 & Prince Consort.
Gallery 39 requires replacement of existing single glazing with new double glazing. The existing felted roof finish around the roof light is to be upgraded with insulation and new felt covering. In addition, renewal of existing drainage outlets and gutters along with replacement of existing access hatches.
Works within Gallery 39 are required at high level to remove the existing suspended ceiling structure inside the gallery. Making good to the walls at high level and installation of new house lighting within the space. Works will be required to the electrical systems within the space to help facilitate the works occurring and permanent diversions of electrical systems running through the space at high level. Protection is to be provided to existing historic finishes to upper part of east wall.
Assumed Gallery 39 will require full birdcage scaffolding installed within the space.
Fixed blackout blinds are to be provided within all areas with glazed roofs.
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: 19/12/2022 / End: 19/07/2024
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: Yes
Description of options: The contract contains the option to accept a Stage 2 tender for the Works
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/T9ZH3Y8N35
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 £10m is required in order to be considered 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.2.2) 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: 05/10/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/10/2022
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.The values stated in this notice are estimates only and subject to change based on the tenders received.
The dates stated in this notice relate to both stages of the D&B tender, which comprise:
PCSA period 3rd Jan 2023 – 10th March 2023
Main Contract – 13th March 2023 – 19th July 2024
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./T9ZH3Y8N35
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T9ZH3Y8N35
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: 05/09/2022
Annex A