Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 1

Status Active

Published 2nd May 2024

Tender Details
Referenceocds-h6vhtk-0456d2
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value£1
« Previous Page

South West

Category Services

Type

No. of Lots 1

Status Active

Published 2nd May 2024

Tender Details
Referenceocds-h6vhtk-0456d2
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodOpen procedure
Value£1

Section I: Contracting authority

I.1) Name and addresses

The Board of Trustees of the Tate Gallery

Tate, Millbank, Westminster

London

SW1P 4RG

Email

declan.mcalister [at] tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

NUTS code

UKI - London

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%2C-construction%2C-engineering-and-inspection-services./XGS4KU89DR

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Recreation, culture and religion


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tate Galleries - Tate St Ives - Palais de Danse - Principal Designer

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

Tate are embarking on a £3m refurbishment of grade 2 listed building known as the Palais de Danse (or Palais) in St Ives Cornwall. The building has had a rich history and been an important venue in the town stretching back to the 1800s having been a naval college, a cinema, a dancehall and latterly the second studio of the artist Barbara Hepworth. The building has lain empty since the artists death in the 1970s and a full refurbishment is needed to bring the building back into useful life. The Tate run the adjacent Barbara Hepworth Museum and Garden and the Palais will extend visitors understanding of Hepworth’s work by allowing access into the spaces where she created some of her most iconic larger scaled work.

II.1.5) Estimated total value

Value excluding VAT: £1

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
Main site or place of performance

Cornwall and Isles of Scilly

II.2.4) Description of the procurement

Tate are embarking on a £3m refurbishment of grade 2 listed building known as the Palais de Danse (or Palais) in St Ives Cornwall. The building has had a rich history and been an important venue in the town stretching back to the 1800s having been a naval college, a cinema, a dancehall and latterly the second studio of the artist Barbara Hepworth. The building has lain empty since the artists death in the 1970s and a full refurbishment is needed to bring the building back into useful life. The Tate run the adjacent Barbara Hepworth Museum and Garden and the Palais will extend visitors understanding of Hepworth’s work by allowing access into the spaces where she created some of her most iconic larger scaled work.

Alongside displays of materials and artefacts from the period, digital imagery and interactive displays will explain her process and approach. The project will also bring the beautiful dancehall space back into being, extending Tate’s community reach and providing a backdrop for performances, talks, displays, events, learning and wider programmes. Building on the legacy of making in the Palais, the scheme also includes a studio space for an artist in residence or classes and demonstrations.

The scheme will see a new vertical circulation core sensitively introduced into the listed fabric, ensuring all visitors can access every level of the building along with a careful upgrade to the fabric to ensure the building meetings contemporary standards.

A design team has been appointed and we have an indicative design which responds to Tate’s brief. We are seeking an appropriately experienced principal designer to work with our design team to ensure the project is successfully delivered. This individual or company should be familiar with all aspects of built environment delivery, including recent changes under the Building Safety Act.

We anticipate opening the Palais to the public in Q3 2026 with construction completed in Q1 of the same year.

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: £1

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

19 May 2024

End date

31 March 2026

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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

For insurance cover, the requirement is £5m for public liability, £5m employers’ liability (compulsory insurance) and £5m professional indemnity insurance. Tenderers that do not currently hold these levels of insurance will need to do so prior to award, at no extra cost to Tate.

Please confirm within your response that you hold this insurance cover, or commit to taking it out before the start of the contract.

III.1.2) Economic and financial standing

List and brief description of selection criteria

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.

Please provide your last 2 years accounts so that Tate can independently verify that you meet this threshold.

Please also provide evidence of your VAT status i.e. a VAT number.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers should ideally possess relevant experience, demonstrated by on-going and historical contract information. However, it is recognised that this may not be possible for Tenderers new to the field, or for small providers whose customer base is limited, in which case the information given should relate as closely as possible to this ideal. Tenderers who are unable to demonstrate this will fail.

Please provide 2 case study examples, undertaken in the last 5 years of providing similar work, ideally, but not compulsorily, in the SW region.

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

Open procedure

Accelerated procedure

Justification:

Below threshold procurement.

IV.1.8) Information about the 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

17 May 2024

Local time

12:00pm

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: 1 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

17 May 2024

Local time

12:00pm


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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural%2C-construction%2C-engineering-and-inspection-services./XGS4KU89DR

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/XGS4KU89DR

GO Reference: GO-202452-PRO-25926617

VI.4) Procedures for review

VI.4.1) Review body

Tate Gallery

20 John Islip Street

London

SW1P 4RG

Telephone

+44 2078212960

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Tate Gallery

20 John Islip Street

London

SW1P 4RG

Telephone

+44 2078212960

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Tate Gallery

20 John Islip Street

London

SW1P 4RG

Telephone

+44 2078212960

Country

United Kingdom