Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tate Gallery
20 John Islip Street, Millbank
London
SW1P 4RG
UK
Contact person: Procurement
Telephone: +44 2078878811
E-mail: procurement@tate.org.uk
NUTS: UKK
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/respond/4WG55R6A68
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/respond/4WG55R6A68
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 St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer.
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Palais de Danse is one of the most unique spaces in St Ives. Formerly a cinema and dance hall, it was used by Barbara Hepworth from 1961 onwards as her second studio where she created some of her largest sculptures. The Palais is both deeply rooted in community memory and central to Hepworth’s artistic legacy worldwide, and holds significance for local residents as well as historians and enthusiasts of modern art.
Tate are looking to appoint a professional team to support this ambition and to realise an innovative design response to give the unique heritage of the Palais de Danse a new life. The architectural and engineering solution will secure the building for future public use and open it up to a broad range of visitors. A successful project will balance Tate’s aspirations with the artistic, social, and architectural heritage significance of the Grade II listed structure and regenerate the site in a sustainable way for the future generations.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.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:
Combining Lots 1, 2 and 3 at ITT stage, with a process as set out in the tender documents.
II.2) Description
Lot No: 1
II.2.1) Title
LOT 1 Architect, Lead Designer and Heritage specialist
II.2.2) Additional CPV code(s)
71000000
71200000
71210000
71220000
71221000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement
LOT 1 Architect, Lead Designer and Heritage specialist
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
Start:
01/04/2023
End:
30/04/2026
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
Objective criteria for choosing the limited number of candidates:
Based on overall score achieved 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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Structural Engineer
II.2.2) Additional CPV code(s)
71312000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement
Lot 2 - Structural Engineer
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
Start:
01/04/2023
End:
30/04/2026
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/4WG55R6A68
Lot No: 3
II.2.1) Title
MEP Engineer
II.2.2) Additional CPV code(s)
71333000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement
Lot 3 - MEP Engineer
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
Start:
01/04/2023
End:
30/04/2026
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
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
Lot No: 4
II.2.1) Title
All lots, delivered as a consortia or bidding group
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement
All lots, delivered as a consortia or group
(set out which entity would be responsible for delivering each individual service and confirm which organisation will act as lead legal contracting entity)
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
Start:
01/04/2023
End:
30/04/2026
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
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
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:
•£5m Employers’ Liability (Compulsory Insurance)*
•£5m Public Liability insurance (each and every loss)
•£10m Professional indemnity insurance
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Prompt Payment of Suppliers
Tenderers 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
Tenderers 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:
Details of three contracts, in any combination from either the cultural sector, a public building or a listed environment that are relevant to Tate’s requirement. These contracts should also be for clients working in regulated, complex funding environments where value for money was of high importance, and preferably at least one example in Cornwall or South West Region.
Contracts for supplies or services should have been performed during the past five years.
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:
06/02/2023
Local time: 12:05
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/03/2023
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.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./4WG55R6A68" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./4WG55R6A68</a>
To respond to this opportunity, please click here:
<a href="https://www.delta-esourcing.com/respond/4WG55R6A68" target="_blank">https://www.delta-esourcing.com/respond/4WG55R6A68</a>
GO Reference: GO-202314-PRO-21856140
VI.4) Procedures for review
VI.4.1) Review body
Tate Gallery
20 John Islip Street
London
SW1P 4RG
UK
Telephone: +44 2078212960
VI.4.2) Body responsible for mediation procedures
Tate Gallery
20 John Islip Street
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
London
SW1P 4RG
UK
Telephone: +44 2078212960
VI.5) Date of dispatch of this notice
04/01/2023