Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tate Galleries - Tate St Ives - Palais de Danse - Principal Designer |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Open |
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. |
Published: | 02/05/2024 11:43 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the Tate Gallery
Tate, Millbank, Westminster, London, SW1P 4RG, United Kingdom
Tel. +44 2078878811, Email: declan.mcalister@tate.org.uk
Main Address: www.tate.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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 - Tate St Ives - Palais de Danse - Principal Designer
Reference Number: Not provided
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
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly
II.2.4) Description of 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
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 19/05/2024 / End: 31/03/2026
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: Below threshold procurement.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/05/2024 Time: 12:00
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 month(s): 1
IV.2.7) Conditions for opening of tenders:
Date: 17/05/2024
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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
VI.4) Procedures for review
VI.4.1) Review body:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.4.2) Body responsible for mediation procedures:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.5) Date Of Dispatch Of This Notice: 02/05/2024
Annex A