Tender

Tate - Clore Garden - Project Manager, Contract Administrator, Approved Inspector, Principal Designer

  • The Board of Trustees of the Tate Gallery

F02: Contract notice

Notice identifier: 2024/S 000-034737

Procurement identifier (OCID): ocds-h6vhtk-04b18e

Published 25 October 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

The Board of Trustees of the Tate Gallery

Tate, Millbank, Westminster

London

SW1P 4RG

Email

declan.mcalister@tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

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-management-services./XHG6XX794P

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 - Clore Garden - Project Manager, Contract Administrator, Approved Inspector, Principal Designer

two.1.2) Main CPV code

  • 71540000 - Construction management services

two.1.3) Type of contract

Services

two.1.4) Short description

On behalf of the Board of Trustees of the Tate Gallery, we are looking to appoint a suitably qualified set of consultants to support the transformation of the landscape at the front of Tate Britain Gallery, along Millbank.

The Tate Britain Garden Project will transform the open spaces in front of the gallery, the so-called Millbank entrance, reframing the public approach and formal entrance to Tate Britain with a beautiful, contemporary and welcoming new green space.

The garden will be an open invitation for new audiences of all ages and backgrounds to engage with exceptional plants and garden design, to rest, to play, to meet, to explore works of art, to enjoy food and drink in a beautiful plant-filled setting. We want the garden to be a model of new thinking in urban ecological design, set out with people and nature in mind, reversing the current predominance of hard landscaping, formal barriers and under-used areas in the current garden. We want to open up the spaces, introducing plant species and features that will thrive in the garden and create visual interest year-round.

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1, 2, 3 and 4

two.2) Description

two.2.1) Title

Project Manager

Lot No

1

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management 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

Lot 1 - Project Management

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 December 2024

End date

31 October 2026

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: 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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XHG6XX794P

two.2) Description

two.2.1) Title

Contract Administrator

Lot No

2

two.2.2) Additional CPV code(s)

  • 79994000 - Contract administration 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

Lot 2 - Contract Administrator

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

Duration in months

24

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: 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

two.2) Description

two.2.1) Title

Approved Inspector

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection 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

Lot 3 - Approved Inspector

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

Duration in months

24

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: 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

two.2) Description

two.2.1) Title

Principal Designer

Lot No

4

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection 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

Lot 4 - Principal Designer

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

Duration in months

24

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: 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

two.2) Description

two.2.1) Title

Lot 5 - All Lots

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection 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

Lot 5 - All Lots

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

Duration in months

24

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: 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

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 in a listed, heritage space.

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 as an appendix to your tender response 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

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

Open procedure

Accelerated procedure

Justification:

Urgency of appointment

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

25 November 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

26 November 2024

Local time

12:00pm

Place

Electronic

Information about authorised persons and opening procedure

Electronic via Delta


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:-Construction-management-services./XHG6XX794P

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/XHG6XX794P

GO Reference: GO-20241025-PRO-28288020

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