Main Contractor Works for the V&A Collection and Research Centre
The V&A is inviting interested suppliers to apply to be considered to be invited to tender for the main contract for its new Collection and Research Centre.
United Kingdom-Kensington: Building construction work
2018/S 224-511828
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Cromwell Road
Kensington
SW7 2RL
United Kingdom
Telephone: +44 2079422229
E-mail: procurement@vam.ac.uk
NUTS code: UKI3Internet address(es):Main address: https://www.vam.ac.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Main Contractor Works for the V&A Collection and Research Centre
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The V&A is inviting interested suppliers to apply to be considered to be invited to tender for the main contract for its new Collection and Research Centre. The Collection and Research Centre will offer unprecedented and enhanced access to hundreds and thousands of objects not currently on public display. Envisioned as a creative sourcebook, it will bring study, learning, conservation, research and public programmes together in one place. The Centre will become a transformational new model for how museum collections can be stored, cared for and explored.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Inner London – East.
II.2.4)Description of the procurement:
This procurement is conducted under the Restricted Procedure. The Works will be procured on a 2 stage design and build basis and carried out under an amended JCT Design and Build 2016 Contract. For procurement purposes, the works will be split between first stage and second stage. An indicative allocation of the works has been uploaded with the PQQ. Generally, the Stage 1 works includes the structural works, the M&E plant and first-fix services, whereas the Stage 2 works generally covers the architectural fit out elements and second-fix M&E.
It is anticipated that the design of the building will be at RIBA Stage 3 when the invitation to tender is issued for the first stage works. The design for the Second Stage works will be developed to Stage 3+/4A before being issued for procurement. The client’s current design team will not be novated to the main contractor to complete the design.
The storage racking will be procured directly by the client along with other loose furniture and fittings. Details of these interfaces along with the main contractor’s responsibilities will be included in the ITT documents.
The works comprise:
— construction of 2 steel framed structural mezzanine floors and framing to new atrium opening in existing first floor,
— structural framing for new glazed rooflight opening in existing roof,
— new lift shafts and staircases and structural modifications to existing,
— new doors and windows in existing cladding,
— full and partial height solid and glazed internal partitions,
— fit-out of all spaces,
— specialist fittings and equipment to conservation, workshop, studio, research and front of house spaces,
— MEP services including new air-handling units to be located on existing external gantry,
— connections to existing site-wide services,
— infrastructure/enabling works for installation of “Large Objects” to be displayed from V&A’s Collection and attendance on V&A’s installation team,
— attendance on separate direct appointed storage racking contractor(s).
The proposed construction period is from October 2019 to March 2021
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As stated in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
Variations which arise from changes to the scope and/or discovery.
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/83HTC4Q237
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Selection criteria as stated in the procurement documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents.
A minimum turnover of 35 000 000 GBP is recommended.
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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-Kensington:-Building-construction-work./83HTC4Q237
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83HTC4Q237
GO Reference: GO-20181116-PRO-13565731
VI.4.1)Review body
Cromwell Road
Kensington
SW7 2RL
United Kingdom
Telephone: +44 2079422229
VI.5)Date of dispatch of this notice: