Section one: Contracting authority
one.1) Name and addresses
The Board of Trustees of the Victoria and Albert Museum (the "V&A")
Cromwell Road
London
SW7 2RL
Contact
Rory Day
Telephone
+44 2079422056
Country
United Kingdom
Region code
UKI3 - Inner London – West
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/tenders/UK-UK-London:-Architectural-design-services./R5QM5VY3QT
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/R5QM5VY3QT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
V&A Gilbert Galleries - Design
Reference number
VA/CON/01/23
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
The Rosalinde and Arthur Gilbert Collection comprises some of the most beautiful and intricate objects ever made, many in precious metals, from a minute to a monumental scale. It is notable for its European and British ‘masterpieces’ including gold and silver objects, snuffboxes, painted enamels and stone and glass mosaics.
At present, four galleries in the V&A (G70-73) are dedicated to showing a selection of objects from the Gilbert Collection. Around 430 objects are on display (approximately half of the entire collection). Objects are frequently loaned out and have been included in shows around the world.
The Victoria and Albert Museum (“V&A”) wishes to appoint a team for the design of the Gilbert Galleries. The disciplines required are: architectural design services, structural engineers, M&E engineers, heritage consultancy, fire and access consultancy, and CDM services.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
Main site or place of performance
Inner London – West
two.2.4) Description of the procurement
This procurement process is being run using the "restricted" procedure, which consists of a two stage process. Stage 1 is the Selection stage. To be considered for Selection, you must complete and submit a Selection Questionnaire (“SQ”) via the Delta e-Sourcing portal.
The highest scoring applicants will then be invited to submit a tender at the second stage, the Tender stage. A £1,500 honorarium is payable to unsuccessful tenderers at the Tender stage. Tenders will be evaluated on the basis of 70% quality and 30% price.
The draft procurement documents for the tender stage have been made available for download for information only and whilst they are the latest versions available, they are subject to change. Appendices to the brief are not available at this stage for confidentiality reasons, and will only be made available to tenderers at the second stage upon completion of a non-disclosure agreement.
For more information on the process - including what is required at each stage and how responses will be assessed - please refer to the documents on Delta.
The fee estimate for this appointment is £240,000 but this is indicative only. Duration of contract dates provided are indicative only and are subject to change.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 April 2023
End date
30 November 2025
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: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
We envisage inviting between five and six candidates to tender. The number will be chosen based on the quality of submissions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Any additional services that may reasonably be required that are relevant to the brief and scope, to be instructed by means of a contract variation.
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:
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants must be of good financial standing and a third party credit check may be undertaken in addition to proof supplied by tenderers at Stage 2 to verify this.
Minimum level(s) of standards possibly required
No minimum turnover requirement applies to this procurement process
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
15 February 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 February 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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-design-services./R5QM5VY3QT" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./R5QM5VY3QT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R5QM5VY3QT" target="_blank">https://www.delta-esourcing.com/respond/R5QM5VY3QT
GO Reference: GO-2023113-PRO-21906802
six.4) Procedures for review
six.4.1) Review body
Victoria and Albert Museum
Cromwell Road
London
SW7 2RL
Country
United Kingdom