Buyer Name: Victoria and Albert Museum
Buyer Address: Cromwell Road, London, UKI33, SW7 2RL, United Kingdom
Contact Email: procurement@vam.ac.uk
Buyer Name: Victoria and Albert Museum
Buyer Address: Cromwell Road, London, UKI33, SW7 2RL, United Kingdom
Contact Email: procurement@vam.ac.uk
Here at the V&A we monitor the environmental conditions of our galleries using an environmental monitoring system, or EMS. Our current EMS is going end of life in 2027 so we are looking for a replacement. Our intention is to set up a multi-supplier framework that other authorities can also easily use. The framework will consist of a number of suppliers that can provide a complete EMS solution (in terms of software, hardware and support services) to monitor temperature, relative humidity, light (lux), and UV. We are planning to build in a trial stage as part of our procurement process to establish the framework agreement. V&A South Kensington is a large historic building and we want suppliers to demonstrate the real world performance of their EMS solution in this building before they can be appointed to the framework. The trial will involve a limited number of suppliers running their EMS for a 3~ month period in a specific gallery to demonstrate that they can meet the requirements of operating an EMS in a challenging real world environment. By setting up a framework that other authorities can use to procure their EMS requirements, other institutions will be able to benefit from the outcome of our trials process. Please note that whilst we have stated the framework value is £20m, we don't have any way of accurately estimating the value of call-off contracts that will be placed using this framework. To avoid making substantial modifications under Section 74 of the Procurement Act 2023, we have made a conservatively (high) estimate.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/010146-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: The Framework has the option for: • Any additional hardware, software, and services that may reasonably be required that are relevant to the requirements. • Annual price rises to the ceiling costs incorporated into the framework.
Lot 1 Value: GBP 20,000,000
Lot 1 Value (Gross): GBP 24,000,000
Lot 1 Contract Start: 2026-08-20T00:00:00+01:00
Lot 1 Contract End: 2031-08-19T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Functional requirements (user stories) - 40%
Lot 1 Award Criterion (quality): Scenario - Design and Architecture - 20%
Lot 1 Award Criterion (quality): Non-Functional Requirements - 20%
Lot 1 Award Criterion (cost): Four year price - 10%
Lot 1 Award Criterion (quality): Social value - 10%
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PQLN-4536-WVGN",
"name": "Victoria and Albert Museum"
},
"date": "2026-02-04T16:05:59Z",
"id": "010146-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0601ea",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW7 2RL",
"region": "UKI33",
"streetAddress": "Cromwell Road"
},
"contactPoint": {
"email": "procurement@vam.ac.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.vam.ac.uk/"
},
"id": "GB-PPON-PQLN-4536-WVGN",
"identifier": {
"id": "PQLN-4536-WVGN",
"scheme": "GB-PPON"
},
"name": "Victoria and Albert Museum",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-08-20T23:59:59+01:00"
},
"coveredBy": [
"GPA"
],
"description": "Here at the V\u0026A we monitor the environmental conditions of our galleries using an environmental monitoring system, or EMS. Our current EMS is going end of life in 2027 so we are looking for a replacement.\nOur intention is to set up a multi-supplier framework that other authorities can also easily use.\nThe framework will consist of a number of suppliers that can provide a complete EMS solution (in terms of software, hardware and support services) to monitor temperature, relative humidity, light (lux), and UV.\nWe are planning to build in a trial stage as part of our procurement process to establish the framework agreement.\nV\u0026A South Kensington is a large historic building and we want suppliers to demonstrate the real world performance of their EMS solution in this building before they can be appointed to the framework. The trial will involve a limited number of suppliers running their EMS for a 3~ month period in a specific gallery to demonstrate that they can meet the requirements of operating an EMS in a challenging real world environment.\nBy setting up a framework that other authorities can use to procure their EMS requirements, other institutions will be able to benefit from the outcome of our trials process.\nPlease note that whilst we have stated the framework value is \u00a320m, we don\u0027t have any way of accurately estimating the value of call-off contracts that will be placed using this framework. To avoid making substantial modifications under Section 74 of the Procurement Act 2023, we have made a conservatively (high) estimate.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-04T16:05:59Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "010146-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/010146-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-04T23:59:59Z"
},
"id": "VA/CON/F25/29",
"items": [
{
"additionalClassifications": [
{
"description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances",
"id": "38290000",
"scheme": "CPV"
},
{
"description": "Instruments for checking physical characteristics",
"id": "38400000",
"scheme": "CPV"
},
{
"description": "Environmental monitoring other than for construction",
"id": "90711500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Functional requirements (user stories) - 40%",
"type": "quality"
},
{
"name": "Scenario - Design and Architecture - 20%",
"type": "quality"
},
{
"name": "Non-Functional Requirements - 20%",
"type": "quality"
},
{
"name": "Four year price - 10%",
"type": "cost"
},
{
"name": "Social value - 10%",
"type": "quality"
}
],
"weightingDescription": "Stage 1 criteria are shown above.\nThe success criteria for Stage 2 are published in the tender pack.\nStage 3 criteria are subject to refinement."
},
"contractPeriod": {
"endDate": "2031-08-19T23:59:59+01:00",
"startDate": "2026-08-20T00:00:00+01:00"
},
"hasOptions": true,
"id": "1",
"options": {
"description": "The Framework has the option for:\n\u2022\tAny additional hardware, software, and services that may reasonably be required that are relevant to the requirements.\n\u2022\tAnnual price rises to the ceiling costs incorporated into the framework."
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to tender pack",
"type": "economic"
},
{
"description": "Refer to tender pack",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"participationFees": [
{
"description": "Framework suppliers will pay a 1% management fee of all the charges (excluding VAT) invoiced to customers under all call-off contracts. The management fee is payable to the V\u0026A.",
"id": "ocds-h6vhtk-0601ea",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.01
},
"type": [
"win"
]
}
],
"procedure": {
"features": "Stage One - Stage One tenders\nStage Two - Trials\nStage Three - Final tenders\nAt this Stage One of the procurement process you are invited to complete and return a Stage One Tender. We will evaluate Stage One Tenders to create a shortlist of suppliers to take through to the trial stage at Stage Two.\nAt Stage Two of the procurement process, we will invite the top highest scoring 3-5 tenderers from Stage One of the process and invite them to participate in a trial. Details of the trial can be found in the tender pack. Each tenderer that completes the trial will be offered an honorarium of \u00a310,000. The outcome of the trial will be evaluated on a pass/fail basis.\nAt Stage Three we will invite Final Tenders from those tenderers that passed the trial at Stage Two. We will evaluate final tenders and intend to appoint all tenderers that submit a tender for Stage Three to the framework.\nWe reserve the right to add additional stages to the process and refine award criteria between stages."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "Price fluctuations caused by market variances\nPrice fluctuations caused by inflation",
"status": "active",
"submissionMethodDetails": "Tenders must be submitted electronically using Delta here:\nhttps://www.delta-esourcing.com/respond/267ZA5T42W",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "The Framework may be used by authorities subject to the Procurement Act 2023, including but not limited to:\nAuthorities listed in Schedule 2 to the Procurement Regulation 2024 (Central government authorities and their related bodies e.g. arms-length bodies)\nLocal authorities (County councils, district councils, unitary authorities, metropolitan district councils, London boroughs)\nEducation authorities (Schools, Universities)\nNHS bodies",
"description": "A capability matrix will be established that will allow an authority to identify capable suppliers before running a further competition or before looking at the objective grounds for a direct award. The capability matrix will include but not be limited to: finance model (lease/buy), factors monitored (any of temperature, rH, lux, UV, flood detection, other), lead times, network technology, browser and OS compatibility.\nCall off contracts may be made by one of the following:\nCompetitive selection process: An authority can refine the evaluation criteria (including conditions of participation such as cyber security requirements) and run a single stage or multi stage competitive process with capable suppliers in line with the provisions of the competitive flexible procedure provided for in the Procurement Act 2023. \nDirect award - price: an authority can directly award to the lowest priced capable supplier.\nDirect award - price and quality: an authority can directly award to the capable supplier that was evaluated as the highest scoring tenderer by the V\u0026A evaluation panel at Stage Three of the process when establishing the framework.",
"maximumParticipants": 5,
"method": "withAndWithoutReopeningCompetition",
"periodRationale": "Suppliers may be required to make an upfront investment to deliver the call-off contracts, for example IT system development.\nThe V\u0026A is investing in a three month trial period which includes paying honoraria of \u00a310,000 to multiple suppliers as well as significant internal resources to manage, facilitate and evaluate.",
"type": "open"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-03-16T17:00:00Z"
},
"title": "Environmental Monitoring System Framework",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
}
}