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:
Contract for the Provision of Design Services for the Base Build of the Interior Spaces of the Museum of Childhood, London.
Reference number: VA/CON/30/17
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The V&A is looking for an exciting and ambitious design team to transform the interior spaces of the Museum of Childhood. This project sits within the broader context of our FuturePlan, an ambitious programme of development in which the best contemporary designers are creating exciting new galleries and visitor facilities, while revealing and restoring the beauty of our original buildings. The V&A is the world's leading museum of art, design and performance, promoting the practice of design and increasing knowledge, understanding and enjoyment of the designed world. The Museum of Childhood (MoC) is the UK's National Museum of Childhood, and the largest institution of its kind in the world. As part of the V&A estate, the mission of the MoC is to explore art, design and performance through the material culture of childhood and to hold in trust the nation's childhood collections.
II.1.5)Estimated total value
Value excluding VAT: 200 000.00 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)
71220000
71300000
79930000
II.2.3)Place of performance
NUTS code: UKI4
Main site or place of performance:
II.2.4)Description of the procurement:
The procurement process will follow the restricted procedure. An honorarium of 1 500 GBP will be offered to tenders that submit a tender in the second stage of the process. For more information, please download and review the procurement documentation.
The MoC collection comprises over 35 000 objects ranging from the 16th century to the present day. It has a broad reach, covering all aspects of childhood and is unparalleled in the rich diversity of its media. The collection is displayed in a listed ironwork structure which formed the original V&A museum before its relocation, and an exceptional example of Victorian engineering. In order to support the redevelopment of our permanent and temporary galleries, we are now seeking a base-build design team to develop full shell and core design, including structural, M&E, heritage, lighting and acoustic schemes. This package will also cover limited elements of fit out design in some specified areas. Further fit out packages for galleries will be issued separately later in the programme.
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: 200 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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
List and brief description of conditions:
As set out in the procurement documents.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As set out in the procurement documents. Please note the requirement for turnover to be equal or greater to the estimated contract value of 200 000 GBP. If bidding as a group of companies, this requirement is applied across the group.
Minimum level(s) of standards possibly required:
As set out 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:
As set out in the procurement documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 11/12/2017
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/12/2017
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
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
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Victoria and Albert Museum
Cromwell Road
Kensington
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:
09/11/2017