Section one: Contracting authority
one.1) Name and addresses
The Board of Trustees of the Tate Gallery
Tate, Millbank, Westminster
London
SW1P 4RG
Telephone
+44 2078878811
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
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 Galleries - Tate St Ives - Palais de Danse - Principal Designer
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
Tate are embarking on a £3m refurbishment of grade 2 listed building known as the Palais de Danse (or Palais) in St Ives Cornwall. The building has had a rich history and been an important venue in the town stretching back to the 1800s having been a naval college, a cinema, a dancehall and latterly the second studio of the artist Barbara Hepworth. The building has lain empty since the artists death in the 1970s and a full refurbishment is needed to bring the building back into useful life. The Tate run the adjacent Barbara Hepworth Museum and Garden and the Palais will extend visitors understanding of Hepworth’s work by allowing access into the spaces where she created some of her most iconic larger scaled work.
two.1.5) Estimated total value
Value excluding VAT: £1
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
Main site or place of performance
Cornwall and Isles of Scilly
two.2.4) Description of the procurement
Tate are embarking on a £3m refurbishment of grade 2 listed building known as the Palais de Danse (or Palais) in St Ives Cornwall. The building has had a rich history and been an important venue in the town stretching back to the 1800s having been a naval college, a cinema, a dancehall and latterly the second studio of the artist Barbara Hepworth. The building has lain empty since the artists death in the 1970s and a full refurbishment is needed to bring the building back into useful life. The Tate run the adjacent Barbara Hepworth Museum and Garden and the Palais will extend visitors understanding of Hepworth’s work by allowing access into the spaces where she created some of her most iconic larger scaled work.
Alongside displays of materials and artefacts from the period, digital imagery and interactive displays will explain her process and approach. The project will also bring the beautiful dancehall space back into being, extending Tate’s community reach and providing a backdrop for performances, talks, displays, events, learning and wider programmes. Building on the legacy of making in the Palais, the scheme also includes a studio space for an artist in residence or classes and demonstrations.
The scheme will see a new vertical circulation core sensitively introduced into the listed fabric, ensuring all visitors can access every level of the building along with a careful upgrade to the fabric to ensure the building meetings contemporary standards.
A design team has been appointed and we have an indicative design which responds to Tate’s brief. We are seeking an appropriately experienced principal designer to work with our design team to ensure the project is successfully delivered. This individual or company should be familiar with all aspects of built environment delivery, including recent changes under the Building Safety Act.
We anticipate opening the Palais to the public in Q3 2026 with construction completed in Q1 of the same year.
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: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 May 2024
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
For insurance cover, the requirement is £5m for public liability, £5m employers’ liability (compulsory insurance) and £5m professional indemnity insurance. Tenderers that do not currently hold these levels of insurance will need to do so prior to award, at no extra cost to Tate.
Please confirm within your response that you hold this insurance cover, or commit to taking it out before the start of the contract.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
Please provide your last 2 years accounts so that Tate can independently verify that you meet this threshold.
Please also provide evidence of your VAT status i.e. a VAT number.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers should ideally possess relevant experience, demonstrated by on-going and historical contract information. However, it is recognised that this may not be possible for Tenderers new to the field, or for small providers whose customer base is limited, in which case the information given should relate as closely as possible to this ideal. Tenderers who are unable to demonstrate this will fail.
Please provide 2 case study examples, undertaken in the last 5 years of providing similar work, ideally, but not compulsorily, in the SW region.
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
Open procedure
Accelerated procedure
Justification:
Below threshold procurement.
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
17 May 2024
Local time
12:00pm
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: 1 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 May 2024
Local time
12:00pm
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
Electronic payment will be used
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XGS4KU89DR
GO Reference: GO-202452-PRO-25926617
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