Exhibition Design Services Portsmouth – Transforming the D-Day Museum
The successful organisation will be engaged to develop a detailed Exhibition Strategy and Design Scheme which will transform the D-Day Museum visitor experience and offer new and meaningful ways of engaging the audiences of today and tomorrow with their extraordinary past.
United Kingdom-Portsmouth: Museum-exhibition services
2014/S 230-406186
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Portsmouth City Council
5
Procurement Service, Floor 1 Core 5/6, Civic Office, Guildhall Square
For the attention of: Liz Baylis — Procurement Professional
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834405
E-mail: procurement@portsmouthcc.gov.uk
Internet address(es):
General address of the contracting authority: https://www.portsmouth.gov.uk/ext/business/procurement/contract-opportunities-with-us.aspx
Address of the buyer profile: http://http://in-tendhost.co.uk/portsmouthcc/aspx/Home
Electronic access to information: http://http://in-tendhost.co.uk/portsmouthcc/aspx/Home
Electronic submission of tenders and requests to participate: http://http://in-tendhost.co.uk/portsmouthcc/aspx/Home
Further information can be obtained from: Portsmouth City Council
Procurement Service, Floor 1 Core 5/6, Civic Office, Guildhall Square
Contact point(s): Procurement Service
For the attention of: Liz Baylis
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834405
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/procurement/contract-opportunities-with-us.aspx
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Portsmouth City Council
Procurement Service, Floor 1 Core 5/6, Civic Office, Guildhall Square
Contact point(s): Procurement Service
For the attention of: Liz Baylis
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834405
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/procurement/contract-opportunities-with-us.aspx
Tenders or requests to participate must be sent to: Portsmouth City Council
Procurement Service, Floor 1 Core 5/6, Civic Office, Guildhall Square
Contact point(s): Procurement Service
For the attention of: Liz Baylis
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834405
E-mail: procurement@portsmouthcc.gov.uk
Internet address: https://www.portsmouth.gov.uk/ext/business/procurement/contract-opportunities-with-us.aspx
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKJ31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The successful organisation will be engaged to develop a detailed Exhibition Strategy and Design Scheme which will transform the D-Day Museum visitor experience and offer new and meaningful ways of engaging the audiences of today and tomorrow with their extraordinary past.
The ‘Transforming the D-Day Museum’ project is funded via a Heritage Lottery Fund (HLF) — Heritage Grant.
The Council is targeting to have awarded the contract by 10.2.2015. The contract will commence immediately following award and will run for an estimated 3 years subject to approval of funding from the HLF.
Estimated value of the contract is between 100 000 GBP and 250 000 GBP. The form of contract utilised will be the Council’s standard consultancy agreement.
The deadline for submission of requests for clarification is 23.12.2014 23:59 with the deadline for submission of tenders following on 9.1.2015 14:00.
The Invitation to Tender and accompanying documents can be obtained from the Council’s InTend e-sourcing solution which can be accessed from the following web address:
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Organisations who are unable to fulfil the Council’s requirements in full may register their interest as potential sub-contractors or supply chain partners via the InTend system. The Council will then make their details openly available to tenderers via InTend.
In making these details available the Council is not endorsing or mandating the use of interested potential sub-contractors or supply chain partners and accepts no liability in the event that they are utilised by the organisation who is awarded the direct contract with the Council.
II.1.6)Common procurement vocabulary (CPV)
92521100, 79930000, 79415200, 71318100, 72110000, 72246000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The aims and objectives of the project are to:
— To transform the D-Day Museum into an inspiring and accessible environment, providing effective learning opportunities for all visitors, developed in partnership with the people who will use the Museum and its collections.
— To tell the D-Day story in a coherent, accessible way that makes it meaningful and relevant to 21st century audiences.
— To work in partnership with key stakeholders including Veterans of D-Day and more recent conflicts, local military museums and community groups, schools and young people to establish the Museum as the hub of a new D-Day heritage network in the South of England.
— To position the D-Day Museum as the national learning hub for disseminating emerging knowledge and information about D-Day to a wider audience through partnerships with other organisations and institutions.
The redevelopment of the museum seeks to ‘open up’ the Museum to generate more space, better circulation and reconnect exhibition with architecture. The following is a brief summary of the key capital works:
— A refurbished façade and visitor entrance.
— A small new build element to create a corridor to connect existing buildings.
— Removal of some internal walls and false ceilings with associated structural strengthening.
— Move and expand the retail offer and café/servery with addition of external decking and some minor landscaping enhancements.
— General Mechanical and Electrical upgrade.
— Create a dedicated learning suite.
— Wide range of interpretative displays, exhibition build and fit-out.
To support the achievement of the aims and objectives and delivery of the capital works set out above the successful organisation will be required to undertake the following:
— Specialist lighting design for all exhibition, interpretative design and display areas.
— Digital interactive design.
— Hands-on interactive design.
— Multimedia design.
— Audiovisual and ICT consultant support.
— Audiovisual and IT software.
— Audiovisual and IT hardware.
— Graphic design including artwork.
— Scenic and set dressing.
— Interpretative artworks.
— Showcases, interiors and mounts.
— Open displays of collections.
— Electrical and Mechanical Services directly associated with the exhibition works, i.e. second fix. The base build will provide first fix electrical and mechanical works but the Exhibition Designer will need to liaise with the Architect and M&E Engineer to coordinate locations.
— Structural considerations in connection with the exhibition works, i.e. any specific structural fixings required to support the exhibition installations.
— Other/special purpose items.
— Prototyping.
The project has received a First Round pass from the HLF and is now at the start of the Development Phase. The Development Phase will see proposals developed through Royal Institute of British Architects (RIBA) Stages C to D, at which point the Second Round Application will be submitted.
The appointment will be made in 2 stages with the second stage dependent upon securing major grant funding support from the Second Round Application. The 2 stages are as follows:
— Stage 1: Design to RIBA Stage D Outline/Scheme Design Level of detail.
— Stage 2: Project Implementation (RIBA Stage E to project completion). Project Completion includes post-construction reporting.
The successful organisation will be commissioned to undertake Stage 2 of the contract subject to the organisation’s performance in delivering their contract Stage 1 obligations and the Council’s Second Round Application to the HLF being approved. The Council is targeting to submit its Second Round Application to HLF by October 2015 with the intention of securing approval from the HLF by January 2016.
Estimated value excluding VAT:
Range: between 100 000 and 250 000 GBP
II.2.2)Information about options
Description of these options: The appointment will be made in 2 stages with the second stage dependent upon securing major grant funding support.
The 2 stages are as follows:
— Stage 1: Design to RIBA Stage D Outline/Scheme Design Level of detail.
— Stage 2: Project Implementation (RIBA Stage E to project completion). Project Completion includes post-construction reporting.
The successful organisation will be commissioned to undertake Stage 2 of the contract subject to the organisation’s performance in delivering their contract Stage 1 obligations and the Council’s Second Round Application to the HLF being approved.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As defined within the ‘Invitation to Tender’ document accessible viahttps://in-tendhost.co.uk/portsmouthcc/
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As defined within the ‘Invitation to Tender’ document accessible viahttps://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required: As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
Minimum level(s) of standards possibly required:
As defined within the ‘Invitation to Tender’ document accessible via https://in-tendhost.co.uk/portsmouthcc/
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: