National Maritime Museum: Inward and return transport for exhibition to take place in Greenwich, London and tour to Salem, USA

  National Maritime Museum has published this notice through Delta eSourcing

Notice Summary
Title: Inward and return transport for exhibition to take place in Greenwich, London and tour to Salem, USA
Notice type: Contract Notice
Authority: National Maritime Museum
Nature of contract: Services
Procedure: Restricted
Short Description: We are looking for a contractor to carry out the inward and return transport for the exhibition Turner and the Sea which will take place at the National Maritime Museum (21 Nov 2013 – 21 April 14) and tour to the Peabody Essex Museum, Salem, United States (31 May – 1 September 2014). The contractor will also need to provide assistance with packing, provide crates and transit containers where required, and crate storage for the duration of the exhibition (NMM only). The contractor will be expected to work closely with both museums to supply sufficiently qualified staff, vehicles, and equipment to ensure the timely delivery of the project. Demonstrable experience of undertaking fine art transport to museum standards is a must. Significant experience of working with highly important and valuable works of art, including their handling, packing and installation is vital. Experience of organising shipments, including freighter consignments, in parallel with working with overseas agents and customs is key. Applicants must also be aware that the ability to meet timeframes will be crucial. The tender will include: 1. Packing and crating of all works – works to both venues, NMM only and PEM only 2. Transport of loans in to the NMM 3. De-installation and installation of oversized works at NMM 4. Storage of crates for NMM only 5. Dispersal of NMM only works 6. Reciprocal loans for key loans to NMM 7. Transfer of loans travelling to PEM, including the storage of works prior to transportation to PEM 8. Transport for all PEM only loans 9. Dispersal of all loans from PEM 10. Booking of transport for couriers for NMM and PEM 11. Booking of hotels and arranging per diem for couriers for NMM only
Published: 29/01/2013 11:36

View Full Notice

UK-London: Museum-exhibition services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      National Maritime Museum
      Park Row, Greenwich, London, SE10 9NF, United Kingdom
      Tel. +44 2083126615, Email: lfielder@rmg.co.uk, URL: www.rmg.co.uk
      Attn: Laura Fielder

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Other: National museum

   I.3) Main activity:
      Education
      Other: Education, recreation and culture

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Inward and return transport for exhibition to take place in Greenwich, London and tour to Salem, USA
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Museum-exhibition services. We are looking for a contractor to carry out the inward and return transport for the exhibition Turner and the Sea which will take place at the National Maritime Museum (21 Nov 2013 – 21 April 14) and tour to the Peabody Essex Museum, Salem, United States (31 May – 1 September 2014).

The contractor will also need to provide assistance with packing, provide crates and transit containers where required, and crate storage for the duration of the exhibition (NMM only).

The contractor will be expected to work closely with both museums to supply sufficiently qualified staff, vehicles, and equipment to ensure the timely delivery of the project. Demonstrable experience of undertaking fine art transport to museum standards is a must. Significant experience of working with highly important and valuable works of art, including their handling, packing and installation is vital. Experience of organising shipments, including freighter consignments, in parallel with working with overseas agents and customs is key. Applicants must also be aware that the ability to meet timeframes will be crucial.

The tender will include:

1.   Packing and crating of all works – works to both venues, NMM only and PEM only

2.   Transport of loans in to the NMM

3.   De-installation and installation of oversized works at NMM

4.   Storage of crates for NMM only

5.   Dispersal of NMM only works

6.   Reciprocal loans for key loans to NMM

7.   Transfer of loans travelling to PEM, including the storage of works prior to transportation to PEM

8.   Transport for all PEM only loans

9.   Dispersal of all loans from PEM

10.   Booking of transport for couriers for NMM and PEM

11.   Booking of hotels and arranging per diem for couriers for NMM only
         
      II.1.6)Common Procurement Vocabulary:
         92521100 - Museum-exhibition services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      NMM:
Approximately 110 loans from 26 lenders

UK – 92 works / 18 lenders
Europe – 3 works / 2 lenders
US – 15 works/ 6 lenders

PEM:
Approximately 118 loans from 30 lenders

UK – 95 works / 17 lenders
Europe – 1 work / 1 lender
US/Canada – 22 works/ 12 lenders      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 17/06/2013
         Completion: 19/12/2014

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: GEN/31573      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/03/2013
         Time: 16:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 25/03/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender.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,and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=45855160
GO-2013129-PRO-4550353 TKR-2013129-PRO-4550352
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 29/01/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Museum-exhibition services.

Section I: Contracting Authority
   Title: UK-London: Museum-exhibition services.
   I.1)Name, Addresses and Contact Point(s):
      National Maritime Museum
      Park Row, Greenwich, London, SE10 9NF, United Kingdom
      Tel. +44 2083126615, Email: lfielder@rmg.co.uk, URL: www.rmg.co.uk
      Attn: Laura Fielder

   I.2)Type of the contracting authority:
      Other: Museums

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Inward and return transport for exhibition to take place in Greenwich, London and tour to Salem, USA      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Museum-exhibition services. Inward and return transport for the exhibition Turner and the Sea which will take place at the National Maritime Museum (21 Nov 2013 – 21 April 14) and tour to the Peabody Essex Museum, Salem, United States (31 May – 1 September) plus assistance with packing, provide crates and transit containers where required, and crate storage for the duration of the exhibition (NMM only).
      II.1.5)Common procurement vocabulary:
         92521100 - Museum-exhibition services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 428,588
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Methodology - 30
         Experience - 30
         Price - 30
         Financial accounting - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: GEN/31573         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/06/2013      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Constantine Limited
         Postal address: Constantine House, 20-26 Sandgate Steet
         Town: London
         Postal code: SE15 1LE
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 428,588
            Currency: GBP

         Total final value of the contract
            Value: 428,588
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.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,and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73766752
GO-2013917-PRO-5126037 TKR-2013917-PRO-5126036   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 17/09/2013