Tender

Environmental Monitoring System Framework

VICTORIA AND ALBERT MUSEUM

This public procurement record has 2 releases in its history.

Tender

04 Feb 2026 at 16:05

Planning

08 Jan 2026 at 13:54

Summary of the contracting process

The Victoria and Albert Museum, a central government authority located in London, is in the tender stage of a procurement process titled "Environmental Monitoring System Framework". This contract falls under the goods category, specifically focused on environmental monitoring systems (EMS) for galleries. The tender aims to establish a multi-supplier framework to provide a complete EMS solution, including software, hardware, and support services. The procurement process is being conducted via an open competitive flexible procedure that includes multiple stages: initial tenders, trials, and final tenders. The total framework value is estimated at £20 million, though this may vary due to call-off contracts. Key dates within the process include the tender submission deadline on 16th March 2026, an enquiry period ending on 4th March 2026, and an award period culminating on 20th August 2026, with the contract period set from August 2026 to August 2031.

This tender presents significant opportunities for businesses specialising in environmental monitoring technology, particularly those capable of demonstrating real-world performance in historic settings like the V&A South Kensington. The museum seeks suppliers who can offer comprehensive EMS solutions that address temperature, humidity, light, and UV monitoring. This framework also allows other authorities to procure EMS solutions, expanding the potential client base for participating suppliers. The procurement method supports small and medium enterprises (SMEs) and voluntary community and social enterprises (VCSEs), encouraging participation across various business types. Suppliers involved in the trial phase are eligible for an honorarium, making this an attractive opportunity for innovative firms aiming to expand their market presence in the cultural and public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Environmental Monitoring System Framework

Notice Description

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 PS20m, 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.

Lot Information

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.

Planning Information

Please use the link below to respond to the survey: https://forms.office.com/Pages/ResponsePage.aspx?id=pqhybT5ixEK4FwRbTfKt1ALr7oRSeTZCnNMmYCrdTopUQ01PVDJWRzJGNUJCMUdLOEc3TkpCQjdIQyQlQCN0PWcu It is optional to provide an email address, but if you do we may contact you with any follow up questions about your response.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0601ea
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010146-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances

38400000 - Instruments for checking physical characteristics

90711500 - Environmental monitoring other than for construction

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
£20,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20261 months ago
Submission Deadline
16 Mar 20261 day to go
Future Notice Date
30 Jan 2026Expired
Award Date
Not specified
Contract Period
19 Aug 2026 - 19 Aug 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
VICTORIA AND ALBERT MUSEUM
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW7 2RL
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
Not specified

Local Authority
Kensington and Chelsea
Electoral Ward
Brompton & Hans Town
Westminster Constituency
Kensington and Bayswater

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0601ea-2026-02-04T16:05:59Z",
    "date": "2026-02-04T16:05:59Z",
    "ocid": "ocds-h6vhtk-0601ea",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PQLN-4536-WVGN",
            "name": "Victoria and Albert Museum",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQLN-4536-WVGN"
            },
            "address": {
                "streetAddress": "Cromwell Road",
                "locality": "London",
                "postalCode": "SW7 2RL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "procurement@vam.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.vam.ac.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PQLN-4536-WVGN",
        "name": "Victoria and Albert Museum"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please use the link below to respond to the survey: https://forms.office.com/Pages/ResponsePage.aspx?id=pqhybT5ixEK4FwRbTfKt1ALr7oRSeTZCnNMmYCrdTopUQ01PVDJWRzJGNUJCMUdLOEc3TkpCQjdIQyQlQCN0PWcu It is optional to provide an email address, but if you do we may contact you with any follow up questions about your response.",
                "dueDate": "2026-01-16T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "001481-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001481-2026",
                "datePublished": "2026-01-08T13:54:30Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "VA/CON/F25/29",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Environmental Monitoring System Framework",
        "description": "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 PS20m, 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38400000",
                        "description": "Instruments for checking physical characteristics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 24000000,
            "amount": 20000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "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. The V&A is investing in a three month trial period which includes paying honoraria of PS10,000 to multiple suppliers as well as significant internal resources to manage, facilitate and evaluate.",
                "type": "open",
                "buyerCategories": "The Framework may be used by authorities subject to the Procurement Act 2023, including but not limited to: Authorities listed in Schedule 2 to the Procurement Regulation 2024 (Central government authorities and their related bodies e.g. arms-length bodies) Local authorities (County councils, district councils, unitary authorities, metropolitan district councils, London boroughs) Education authorities (Schools, Universities) NHS 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. Call off contracts may be made by one of the following: Competitive 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. Direct award - price: an authority can directly award to the lowest priced capable supplier. Direct award - price and quality: an authority can directly award to the capable supplier that was evaluated as the highest scoring tenderer by the V&A evaluation panel at Stage Three of the process when establishing the framework."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-20T00:00:00+01:00",
                    "endDate": "2031-08-19T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Stage 1 criteria are shown above. The success criteria for Stage 2 are published in the tender pack. Stage 3 criteria are subject to refinement.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Functional requirements (user stories) - 40%"
                        },
                        {
                            "type": "quality",
                            "name": "Scenario - Design and Architecture - 20%"
                        },
                        {
                            "type": "quality",
                            "name": "Non-Functional Requirements - 20%"
                        },
                        {
                            "type": "cost",
                            "name": "Four year price - 10%"
                        },
                        {
                            "type": "quality",
                            "name": "Social value - 10%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Refer to tender pack"
                        },
                        {
                            "type": "technical",
                            "description": "Refer to tender pack"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-30T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage One - Stage One tenders Stage Two - Trials Stage Three - Final tenders At 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. At 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 PS10,000. The outcome of the trial will be evaluated on a pass/fail basis. At 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. We reserve the right to add additional stages to the process and refine award criteria between stages."
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-0601ea",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                },
                "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&A."
            }
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically using Delta here: https://www.delta-esourcing.com/respond/267ZA5T42W",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-16T17:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-04T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-08-20T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "010146-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010146-2026",
                "datePublished": "2026-02-04T16:05:59Z",
                "format": "text/html"
            }
        ],
        "riskDetails": "Price fluctuations caused by market variances Price fluctuations caused by inflation"
    },
    "language": "en"
}