loading
  • GB-SW7 2RL London
  • 24.02.2017
  • Ausschreibung
  • (ID 2-254585)

Framework Agreement for the Provision of Technical Project Management, Cost Consultancy and CDM Principal Designer Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Museen, Ausstellungsbauten
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / Ausschreibung, Vergabe / Bauleitung, Objektüberwachung / Sicherheits-/ Gesundheitsschutz / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The V&A is seeking to put in place a non-exclusive, non binding framework agreement with a number of Project Management, Cost Consultant and CDM Principal Designer firms and self-employed individuals for the development and delivery of temporary exhibitions and commissions at the V&A, a publicly funded museum. For the purpose of this documentation, providers as such services are referred to as ‘Consultant(s)’. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition or commission to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services.
    Leistungsumfang
    Between Spring 2017 and Autumn 2020 the V&A will develop and deliver a public programme consisting of approximately 30 headline, temporary exhibitions. Temporary exhibitions at the V&A are designed by externally appointed or in-house design teams (including 3D, graphics, audio-visual and lighting design). The content of temporary exhibitions includes fine art, objects and audio-visual material drawn from museum collections and/or borrowed from institutional and/or private lenders.
    The nature of temporary exhibitions are that they move very quickly, with a design and build programme typically running for just 12-18 months. On-site build periods range from 2 weeks to 2 months, and are followed by an object installation period, running from 1 week to 1 month. Construction budgets range from approximately 100 000 GBP to 1 000 000 GBP per project depending on the size and complexity of the exhibition in question. The upper end of this range will often include AV hardware, in addition to setworks, showcases, graphic production, lighting, electrics and specific object mounts where they are integral to the build. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services. CDM Principal Designer Services may also be assigned to the Exhibition Designer.
    Consultants are required to have extensive experience and expertise in this specialist field or to be able to demonstrate understanding of this field through other relevant appointments.
    In addition to this, a number of commissions and new initiatives will be delivered by the V&A. These may require Project Management, Cost Consultancy and/or Principal Designer (CDM) services. Requirements for commissions and new initiatives will be determined on a case by case basis.
    Adresse des Bauherren UK-SW7 2RL London
    TED Dokumenten-Nr. 31716-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-London: Museum-exhibition services

      2017/S 019-031716

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Victoria and Albert Museum
      Cromwell Road, Kensington
      London
      SW7 2RL
      United Kingdom
      Telephone: +44 2079422229
      E-mail: MjE0YmRhVWdkV19XYGYyaFNfIFNVIGdd
      NUTS code: UKI11

      Internet address(es):

      Main address: http://www.vam.ac.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Museum-exhibition-services./5M99CZS7GF
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.delta-esourcing.com/tenders/UK-title/5M99CZS7GF
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Recreation, culture and religion

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Framework Agreement for the Provision of Technical Project Management, Cost Consultancy and CDM Principal Designer Services.

       

      Reference number: VA/CON/34/15
      II.1.2)Main CPV code
      92521100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The V&A is seeking to put in place a non-exclusive, non binding framework agreement with a number of Project Management, Cost Consultant and CDM Principal Designer firms and self-employed individuals for the development and delivery of temporary exhibitions and commissions at the V&A, a publicly funded museum. For the purpose of this documentation, providers as such services are referred to as ‘Consultant(s)’. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition or commission to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 440 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71541000
      71244000
      71242000
      71246000
      71247000
      71248000
      71317210
      II.2.3)Place of performance
      NUTS code: UKI11
      Main site or place of performance:

       

      Inner London — West.

       

      II.2.4)Description of the procurement:

       

      Between Spring 2017 and Autumn 2020 the V&A will develop and deliver a public programme consisting of approximately 30 headline, temporary exhibitions. Temporary exhibitions at the V&A are designed by externally appointed or in-house design teams (including 3D, graphics, audio-visual and lighting design). The content of temporary exhibitions includes fine art, objects and audio-visual material drawn from museum collections and/or borrowed from institutional and/or private lenders.

      The nature of temporary exhibitions are that they move very quickly, with a design and build programme typically running for just 12-18 months. On-site build periods range from 2 weeks to 2 months, and are followed by an object installation period, running from 1 week to 1 month. Construction budgets range from approximately 100 000 GBP to 1 000 000 GBP per project depending on the size and complexity of the exhibition in question. The upper end of this range will often include AV hardware, in addition to setworks, showcases, graphic production, lighting, electrics and specific object mounts where they are integral to the build. Under this Framework Agreement, Consultants may be appointed to a temporary exhibition to provide any combination of Project Management, Cost Consultancy and CDM Principal Designer services. CDM Principal Designer Services may also be assigned to the Exhibition Designer.

      Consultants are required to have extensive experience and expertise in this specialist field or to be able to demonstrate understanding of this field through other relevant appointments.

      In addition to this, a number of commissions and new initiatives will be delivered by the V&A. These may require Project Management, Cost Consultancy and/or Principal Designer (CDM) services. Requirements for commissions and new initiatives will be determined on a case by case basis.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 440 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      This Framework Agreement is for an initial period of 3 years with the option to extend for a further year.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 24/02/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.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)
      IV.2.7)Conditions for opening of tenders
      Date: 24/02/2017
      Local time: 12:00
      Place:

       

      N/A.

       

      Information about authorised persons and opening procedure:

       

      Tenders will be opened electronically using the Delta Electronic Tendering System.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      VI.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:

      https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Museum-exhibition-services./5M99CZS7GF

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/5M99CZS7GF

      GO Reference: GO-2017124-PRO-9448771.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Victoria and Albert Museum
      Cromwell Road, Kensington
      London
      SW7 2RL
      United Kingdom
      Telephone: +44 2079422229
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.01.2017
Zuletzt aktualisiert 27.01.2017
Wettbewerbs-ID 2-254585 Status Kostenpflichtig
Seitenaufrufe 49