Tender

Tate St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer.

  • Tate Gallery

F02: Contract notice

Notice identifier: 2023/S 000-000197

Procurement identifier (OCID): ocds-h6vhtk-039517

Published 4 January 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Tate Gallery

20 John Islip Street, Millbank

London

SW1P 4RG

Contact

Procurement

Email

procurement@tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

Region code

UKK - South West (England)

Internet address(es)

Main address

www.tate.org.uk

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