Construction Tenders

07 June 2025

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 13th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cfa0
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£250,000
More Tenders »

London

Category Services

Type

No. of Lots 1

Status Active

Published 13th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cfa0
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£250,000

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./3F5Z5SN93S

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 - Tate Modern Blavatnik L2 South Gallery re-design - Creating a flexible and sustainable exhibition space

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

Last financial year, a large proportion of Tate Modern’s Curatorial budget was spent on alternations of the gallery spaces, mainly dismantling and re-building walls, to suit the layout requirements for each exhibition. This practise also contributes to one of the largest portions of the carbon footprint generated by exhibitions production.

Tate Modern would like to turn this challenge into an opportunity, where we are taking advantage of a completely empty space to design a new gallery that could be adapted for multiple exhibition projects in a low cost and circular way.

This project will commission specialised designers to design a set of modular, movable and re-configurable walls to use in Blavatnik L2 South Gallery. This would allow us to respond to project-specific spatial needs by achieving multiple layouts with flexible setworks, making substantial efficiencies in construction costs, materials, labour and waste.

II.1.5) Estimated total value

Value excluding VAT: £250,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

II.2.4) Description of the procurement

Last financial year, a large proportion of Tate Modern’s Curatorial budget was spent on alternations of the gallery spaces, mainly dismantling and re-building walls, to suit the layout requirements for each exhibition. This practise also contributes to one of the largest portions of the carbon footprint generated by exhibitions production.

Tate Modern would like to turn this challenge into an opportunity, where we are taking advantage of a completely empty space to design a new gallery that could be adapted for multiple exhibition projects in a low cost and circular way. This project will commission specialised designers to design a set of modular, movable and re-configurable walls to use in Blavatnik L2 South Gallery. This would allow us to respond to project-specific spatial needs by achieving multiple layouts with flexible setworks, making substantial efficiencies in construction costs, materials, labour and waste.

These new design interventions in Blavatnik L2 South Gallery will enable us to pilot new ways of working in exhibition productions, providing a template that could be applied to other spaces at Tate Modern and other sites. This will also highlight Tate as a leader in developing new approaches to sustainable and circular exhibition production approaches for the wider art sector.

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: £250,000

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

Start date

1 May 2025

End date

31 March 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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

To reduce complexity at ITT stage and to ensure that only candidates who have a realistic opportunity of winning the contract are asked to produce detailed designs.

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.1.2) Economic and financial standing

List and brief description of selection criteria

Prompt Payment of Suppliers

Bidders 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 30 days.

Turnover Test

Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix.

Liquidity Test (Acid Test)

(Current Assets – Stock) / Current Liabilities

From the latest 3 years audited accounts, the average result of the Test should be 1.0 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.

Provision of accounts

Bidders should be able to provide the latest 3 years audited accounts as an appropriately referenced appendix. We will only ask for this information from shortlisted bidders.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must possess relevant experience, demonstrated by on-going and historical contract information, by proposing a minimum of 3 (three) relevant examples. This experience should be more thoroughly evidenced in responses to MS1, however Bidders should provide outline information in response to this question.

For insurance cover, the requirement is £5m for public liability, £5m Product Liability, £5m employers’ liability (compulsory insurance) and £5m professional indemnity insurance. Bidders that do not currently hold these levels of insurance will need to do so prior to award, at no extra cost to Tate. Any bidder who does not satisfy Tate that they hold the required levels specified for the contract or agree to increase to these levels will fail. Please note, if you agree to increase you will need to provide the supporting evidence requested prior to award.

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

Accelerated procedure

Justification:

PIN Placed

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

7 February 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 February 2025

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: 2 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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./3F5Z5SN93S

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/3F5Z5SN93S

GO Reference: GO-2025113-PRO-29110759

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