Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
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:
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:
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