Tender

The National Gallery, London NG200 Project Design Team Selection Process

  • The National Gallery

F02: Contract notice

Notice identifier: 2021/S 000-003057

Procurement identifier (OCID): ocds-h6vhtk-029358

Published 15 February 2021, 6:32pm



Section one: Contracting authority

one.1) Name and addresses

The National Gallery

Trafalgar Square

London

WC2N 5DN

Email

nationalgallery@malcolmreading.com

Telephone

+44 2078312998

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://competitions.malcolmreading.com/nationalgallery

Buyer's address

https://www.nationalgallery.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://competitions.malcolmreading.com/nationalgallery

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://competitions.malcolmreading.com/nationalgallery

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

The National Gallery, London NG200 Project Design Team Selection Process

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The National Gallery is seeking to appoint a multidisciplinary design team to lead the NG200 Project. The project focuses on enhancing the arrival experience at the National Gallery and has an anticipated construction budget of £25-£30 million. The project will be delivered in phases over the next five years, with the initial phase delivered during the Gallery’s Bicentenary year, 2024.

The initial phase focuses on the Gallery’s Sainsbury Wing and works may include: remodelling the front gates, entry sequence and associated public realm; interior works to the lobby; limited remodelling of the first floor spaces; and upgrading the supporting facilities, notably visitor orientation and information, retail and security. Subsequent phases of the project may include further remodelling of the Sainsbury Wing interiors (excluding the second floor galleries); works to enhance the Portico on the Wilkins Building; further public realm works including Jubilee Walk; and a new Research Centre.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45212350 - Buildings of particular historical or architectural interest
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71300000 - Engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71320000 - Engineering design services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71340000 - Integrated engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

LONDON

two.2.4) Description of the procurement

The procurement is a two stage selection process run under the Competitive Procedure with Negotiation. At stage one of the process, the National Gallery is seeking creative multidisciplinary teams organised under a lead consultant (who is an architect) and including structural engineering, services engineering, heritage consultancy, landscape/public realm design and Principal Designer (under the Construction and Design Management [CDM] Regulations 2015) services.

Following the first stage of the process, up to five design teams will be shortlisted on the basis of the selection criteria set out in The Conditions document (available to download from https://competitions.malcolmreading.com/nationalgallery).

Internationally-based design teams will be required to propose a UK-based executive architect, who can provide local support, as part of their team at stage two.

The subject of this procurement process is the contract for full design services (throughout all RIBA Workstages) for all phases of the NG200 Project (as described in the Design Brief and The Conditions documents.

For further information, please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery.

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: £3,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery

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

Please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/nationalgallery

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

At stage one of the process, the National Gallery is seeking creative multidisciplinary teams organised under a lead consultant (who is an architect) and including structural engineering, services engineering, heritage consultancy, landscape/public realm design and Principal Designer (under the Construction and Design Management [CDM] Regulations 2015) services.

Internationally-based design teams will be required to propose a UK-based executive architect, who can provide local support, as part of their team at stage two.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

18 March 2021

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 April 2021

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=570509985

GO Reference: GO-2021215-PRO-17793806

six.4) Procedures for review

six.4.1) Review body

The National Gallery

Trafalgar Square

London

WC2N 5DN

Email

contracting@ng-london.org.uk

Telephone

+44 2077475823

Country

United Kingdom

Internet address

www.nationalgallery.org.uk