Tender

Re-Imagining Tate Liverpool

  • The Board of the Trustees of the Tate Gallery

F02: Contract notice

Notice identifier: 2023/S 000-016946

Procurement identifier (OCID): ocds-h6vhtk-03d657

Published 14 June 2023, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

The Board of the Trustees of the Tate Gallery

Tate Gallery, Millbank

London

SW1P 4RG

Contact

Declan McAlister

Email

procurement@tate.org.uk

Telephone

+44 2078878888

Country

United Kingdom

Region code

UKD72 - Liverpool

Internet address(es)

Main address

http://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/tenders/UK-UK-London:-Construction-work./39S3ADV36A

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/39S3ADV36A

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Tate is an executive non-departmental public body and an exempt charity, governed by a Board of Trustees in accordance with the Museums and Galleries

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Re-Imagining Tate Liverpool

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Through a restricted procedure (pursuant to Regulation 28 of the Public Contract Regulations 2015 (PCRs15)), Tate is looking to appoint a contractor role to deliver the Re-Imagining Tate Liverpool project. Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock,

Tate are looking to appoint a contractor to undertake the services/works to help deliver the project. Following the conclusion of the procurement process the successful Tenderer shall be appointed via a Pre-Construction Services Agreement (PCSA) as set out in the Procurement Documents.

The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion.

two.1.5) Estimated total value

Value excluding VAT: £21,350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45211360 - Urban development construction work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
Main site or place of performance

Liverpool

two.2.4) Description of the procurement

The “Re-Imagining Tate Liverpool” project involves a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock.

The PCSA will require the contractor to develop parts of the RIBA stage 3 design prepared by Tate’s design team and other services including:-

• collaboration with the design team during Stage 4 design;

• identify suitable subcontractors/suppliers to be appointed to assist the contractor to deliver the project;

• undertake enabling works packages and/or surveys before commencement of the main contract;

• lead/assist with construction methodology and programming; and

• assist with discharge of pre-commencement conditions and responsibilities

The PCSA scope of services will require the contractor to develop parts of the design prepared by Tate’s design team and other services as set out in the PCSA scope issued as part of the SQ Procurement Documents.

Tate may instruct the successful Tenderer to undertake some enabling works on site during the PCSA period. Further detail will be provided with the ITT.

The PCSA Scope as issued with the SQ Procurement Documents, is an indicative scope of the final services required, further PCSA scope details will be issued at Invitation to Tender stage of the procurement process.

The design and price will develop concurrently during the delivery of the PCSA services and will conclude with the finalisation and agreement of a JCT Standard Building Contract 2016 without Quantities with Contractor’s Designed Portion with amendments as set out in the Procurement Documents.

Works: Re-Imagining Tate Liverpool is a major remodelling of the Grade I listed Tate Liverpool at the Royal Albert Dock, to improve the gallery's visibility and presence on the dock and its presence as a leading international cultural institution. The brief is to ‘reimagine the gallery spaces to meet the scale and ambition of today’s most exciting artists, while creating social spaces that better connect with the city and its communities, creating an environment that is flexible and inviting and able to host people, art and ideas in equal part.’

Tate Liverpool is to be reconfigured, to create a variety of intimate and expansive interconnected gallery spaces that respond to how artists are making works and embrace opportunities beyond the gallery walls for performance, film and moving image, sound and digital works.

Works will include significant reconfiguration, access and alterations throughout the galleries including breakout of floors, new lifts and stairs, replacement mechanical, electrical and plumbing installations office, café / restaurant and fit out works and façade replacement.

The above scope of works and services is a broad categorisation rather than exhaustive. Tenderers should assume that the works and services actually required will broadly be within the scope listed above but will also include extensions to related or ancillary works and services.

The actual scope of works and services required may also be narrower than that set out above.

The procurement is intended to cover the scope of the arrangement as set out in this notice and the accompanying Procurement Documents.

Please also note that the estimated contract value is based on the value of the works. The final value of the works and services will depend on the scope of the final services required and Tenderers should presume that this value will cover the works and services listed and those ancillary to the principal works and services required on a project of a comparable scale (including any extensions of scope set out in this notice).

To help to ensure that sufficient interest in the contract will be generated, the services being procured will not be divided into separate lots.

Duration in months: 20 (PCSA 3 months, construction period 17 months)

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: £21,350,000

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

Duration in months

20

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Selection criteria for the questions are provided 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


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

In accordance with (i) Article 57 and 59 to 61 of Directive 2014/24/EU and (ii) Regulations 57 to 61 of the Public Contract Regulations 2015 (SI 2015/102), and as set out in the selection questionnaire ("SQ") available from the address as set out in Section (I.1) of this notice above, the Tate Gallery acting as the principal contracting authority reserves the right to refuse any economic operator's application and to exclude its tender from the evaluation in any of the circumstances as follows:-

(i) in the event the completed SQ, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the SQ or any of the other Procurement Documents; and/or; (ii) for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015 (SI 2015/102), which requires or permits the principal contracting authority not to select or to treat any economic operator as an ineligible economic operator; and/or (iii) economic operators scoring "Fail" in the SQ will not be selected for consideration of their tender submission.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

three.1.3) Technical and professional ability

List and brief description of selection criteria

Information and formalities necessary for evaluating if requirements are met in accordance with Regulations 57-58 of the Public Contracts Regulations 2015 is set out in the Procurement Documents which are available at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the Procurement Documents.

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

14 July 2023

Local time

12:00pm

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

7 August 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: 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.2) Information about electronic workflows

Electronic ordering will be used

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.: I) To express an interest in this procurement please register at: -

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

ii) Expressions of interest must be submitted from the candidates' registered office address by

the deadline set out in IV2.2. above and in accordance with the instructions set out in the

SQ.

iii) The procurement timetable set out in the Procurement Documents is indicative only and

Tate reserves the right to change and/or amend it at their sole discretion.

iv) The estimates given in Section II.1.5 and II.2.6 of this Notice are strictly estimated values

only.

v) Furthermore, please note that estimates given in Section II.1.5 and II.2.6 of this Notice are based on third party estimates and the principal contracting authority gives no warranty as to the accuracy to said data.

vi) Right to Cancel – Tate reserves the right to discontinue or abandon the procurement process at any time, which shall include the right not to award a contract and does not bind itself to accept the lowest tender, or any tender received, and reserve the right to award the contract in part, or to call for new tenders should it consider this necessary.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./39S3ADV36A

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/39S3ADV36A" target="_blank">https://www.delta-esourcing.com/respond/39S3ADV36A

GO Reference: GO-2023614-PRO-23195202

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.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures in accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contract Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the contract is communicated to economic operators.

six.4.4) Service from which information about the review procedure may be obtained

Tate Gallery

20 John Islip Street

London

SW1P 4RG

Email

procurement@tate.org.uk

Telephone

+44 2078212960

Country

United Kingdom