Section one: Contracting authority
one.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, South Kensington
London
SW7 2RL
Telephone
+44 2079422229
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/respond/ZS5S4GE45V
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/ZS5S4GE45V
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
Kochi Ceiling Conservation and Related Services
Reference number
VA/CON/22/24
two.1.2) Main CPV code
- 92520000 - Museum services and preservation services of historical sites and buildings
two.1.3) Type of contract
Services
two.1.4) Short description
The South Asia Gallery is a FuturePlan project and is part the realisation of our broader vision for the South Kensington site. As part of the project, the Kochi Ceiling will be conserved and installed in the new South Asia Gallery. The Ceiling was installed in the Indian Section of the South Kensington Museum sometime between 1883 and 1955. At the time, the Indian Section was located in the Eastern Galleries, on Exhibition Road. These galleries were demolished in 1955/6 which is when the Ceiling was deinstalled. The Ceiling has been in storage for over 60 years. The Kochi Ceiling originally had 45 panels, of which only 12 still exist. This tender is for the conservation of the Ceiling in order for it to be reinstalled at V&A South Kensington.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The tender process is a two-phase tender. In Phase One we are requesting costs for Stage One works and estimates for Stage Two along with day rates. During Stage One, a detailed treatment proposal, fixings proposal, and method statement shall be produced by the successful supplier. The IP of this document shall be retained by the V&A and shall constitute the Phase Two tender package for Stage Two and Three works.
A single site visit to view the object will be made available to interested tenderers on 19 August 2024 in Salisbury, UK. We regret that alternative dates are not available.
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 October 2024
End date
28 January 2028
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: Yes
Description of options
This contract has the option for:
1. The V&A and the successful supplier to agree and contract for Stages Two and Three of the project, services to be provided on a fixed fee basis and based on the second stage tender.
2. The V&A to terminate the contract at the end of Stage One if agreement for Stages Two and Three cannot be made.
3. 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: https://www.delta-esourcing.com/respond/ZS5S4GE45V
Please note the estimated values stated in this Notice are inclusive of all stages of the services
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.2) Contract performance conditions
Off site services must be performed in a GIS compliant facility
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 September 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 September 2024
Local time
12:30pm
Information about authorised persons and opening procedure
Online
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.
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/ZS5S4GE45V
GO Reference: GO-202471-PRO-26764855
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
Country
United Kingdom