Section one: Contracting authority
one.1) Name and addresses
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
Contact
Procurement
Telephone
+44 2078878811
Country
United Kingdom
Region code
UKK - South West (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/respond/4WG55R6A68
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/4WG55R6A68
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tate St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer.
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Palais de Danse is one of the most unique spaces in St Ives. Formerly a cinema and dance hall, it was used by Barbara Hepworth from 1961 onwards as her second studio where she created some of her largest sculptures. The Palais is both deeply rooted in community memory and central to Hepworth’s artistic legacy worldwide, and holds significance for local residents as well as historians and enthusiasts of modern art.
Tate are looking to appoint a professional team to support this ambition and to realise an innovative design response to give the unique heritage of the Palais de Danse a new life. The architectural and engineering solution will secure the building for future public use and open it up to a broad range of visitors. A successful project will balance Tate’s aspirations with the artistic, social, and architectural heritage significance of the Grade II listed structure and regenerate the site in a sustainable way for the future generations.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Combining Lots 1, 2 and 3 at ITT stage, with a process as set out in the tender documents.
two.2) Description
two.2.1) Title
LOT 1 Architect, Lead Designer and Heritage specialist
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
LOT 1 Architect, Lead Designer and Heritage specialist
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
30 April 2026
This contract is subject to renewal
No
two.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:
Based on overall score achieved as set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Structural Engineer
Lot No
2
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
Lot 2 - Structural Engineer
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
30 April 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4WG55R6A68
two.2) Description
two.2.1) Title
MEP Engineer
Lot No
3
two.2.2) Additional CPV code(s)
- 71333000 - Mechanical engineering services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
Lot 3 - MEP Engineer
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
30 April 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
All lots, delivered as a consortia or bidding group
Lot No
4
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
All lots, delivered as a consortia or group
(set out which entity would be responsible for delivering each individual service and confirm which organisation will act as lead legal contracting entity)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
30 April 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
•£5m Employers’ Liability (Compulsory Insurance)*
•£5m Public Liability insurance (each and every loss)
•£10m Professional indemnity insurance
three.1.2) Economic and financial standing
List and brief description of selection criteria
Prompt Payment of Suppliers
Tenderers should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 60 days.
Liquidity Test (Acid Test)
(Current Assets – Stock) / Current Liabilities
From the latest 2 years accounts, the average result of the Test should be 0.8 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.
Provision of accounts
Tenderers should submit the latest 3 years audited accounts as an appropriately referenced appendix.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Details of three contracts, in any combination from either the cultural sector, a public building or a listed environment that are relevant to Tate’s requirement. These contracts should also be for clients working in regulated, complex funding environments where value for money was of high importance, and preferably at least one example in Cornwall or South West Region.
Contracts for supplies or services should have been performed during the past five years.
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2023
Local time
12:05pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./4WG55R6A68" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./4WG55R6A68
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4WG55R6A68" target="_blank">https://www.delta-esourcing.com/respond/4WG55R6A68
GO Reference: GO-202314-PRO-21856140
six.4) Procedures for review
six.4.1) Review body
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom