Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tate Gallery
20 John Islip Street
London
SW1P 4RG
UK
Telephone: +44 2078878811
E-mail: declan.mcalister@tate.org.uk
NUTS: UKD72
Internet address(es)
Main address: www.tate.org.uk
I.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:-Architectural-and-related-services./3ZG4698S79
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tate Galleries - Re-imagining Tate Liverpool - Architect and Lead Designer
II.1.2) Main CPV code
71200000
II.1.3) Type of contract
Services
II.1.4) Short description
Tate Liverpool is seeking an architect to reimagine the gallery spaces to meet the scale and ambition of today’s most exciting artists, while creating social spaces that better connect with the city and its communities, creating an environment that is flexible and inviting and able to host people, art and ideas in equal part.
II.1.5) Estimated total value
Value excluding VAT:
1.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD72
Main site or place of performance:
Liverpool
II.2.4) Description of the procurement
Tate Liverpool is now embarking on ambitious £25M programme to reimagine and redevelop the gallery complex. Tate is looking to appoint a professional team to support this ambition and to bring coherent architectural and engineering response to the needs and expectations of present-day artists and visitors. A successful project will balance these needs with the heritage significance of Jesse Hartley’s19th century Grade I listed structure and the remnants of the 1980s Stirling Wilford conversion.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/525BJJ79RW
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Prompt Payment of Suppliers
Bidders should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 60 days.
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.
Provision of accounts
Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders must possess relevant experience, demonstrated by on-going and historical contract information. This experience should be more thoroughly evidenced in responses to MS1, however Bidders should provide outline information in response to this question.
Bidders should ensure that nominated contacts from their references are prepared and ready to provide a reference in support of their bid.
Bidders who are unable to demonstrate this will fail.
III.2) Conditions related to the contract
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
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/02/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
18/03/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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:-Architectural-and-related-services./3ZG4698S79
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3ZG4698S79
GO Reference: GO-202214-PRO-19465828
VI.4) Procedures for review
VI.4.1) Review body
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
UK
Telephone: +44 2078212960
VI.4.2) Body responsible for mediation procedures
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
UK
Telephone: +44 2078212960
VI.4.4) Service from which information about the review procedure may be obtained
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
UK
Telephone: +44 2078212960
VI.5) Date of dispatch of this notice
04/01/2022