Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 13th Jan 2025
Reference | ocds-h6vhtk-04cfa0 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | £250,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 13th Jan 2025
Reference | ocds-h6vhtk-04cfa0 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted 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
declan.mcalister [at] tate.org.uk
Telephone
+44 2078878811
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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:
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