Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tate St Ives - Palais de Danse - Architect, Lead Designer and Heritage Specialist, Structural Engineer and MEP Engineer.

  • First published: 05 January 2023
  • Last modified: 05 January 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-039517
Published by:
Tate Gallery
Authority ID:
AA62931
Publication date:
05 January 2023
Deadline date:
06 February 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LOT 1 Architect, Lead Designer and Heritage specialist

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71221000 Architectural services for buildings Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71333000 Mechanical engineering services Miscellaneous engineering services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@tate.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.