The British Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | British Museum Collection Storage Furniture Framework |
Notice type: | Contract Notice |
Authority: | The British Museum |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The British Museum wishes to establish a non-exclusive, non-binding Framework Agreement for the provision of Collection Storage Furniture with a number of Contractors. The Framework will be the primary route by which the British Museum will procure collection storage furniture across its estate for a period of four years. A complete end-to-end service is required including design, manufacture, installation and initial maintenance support. The Framework will be used to appoint a Contractor, or Contractors, to fit out the British Museum Archaeological Research Collection (BM_ARC) facility when its construction has been completed. The BM_ARC will contain collection storage rooms with an approximate total floor area of 9,250 square meters. |
Published: | 12/08/2020 18:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 02073238264, Email: procurement@britishmuseum.org
Main Address: https://www.britishmuseum.org/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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:-Warehouse-stores-construction-work./54D7CWPCHJ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: British Museum Collection Storage Furniture Framework
Reference Number: BM.20.023
II.1.2) Main CPV Code:
45213221 - Warehouse stores construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The British Museum wishes to establish a non-exclusive, non-binding Framework Agreement for the provision of Collection Storage Furniture with a number of Contractors. The Framework will be the primary route by which the British Museum will procure collection storage furniture across its estate for a period of four years. A complete end-to-end service is required including design, manufacture, installation and initial maintenance support. The Framework will be used to appoint a Contractor, or Contractors, to fit out the British Museum Archaeological Research Collection (BM_ARC) facility when its construction has been completed. The BM_ARC will contain collection storage rooms with an approximate total floor area of 9,250 square meters.
II.1.5) Estimated total value:
Value excluding VAT: 4,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Drawers & Drawer Units
Lot No: 1
II.2.2) Additional CPV codes:
45213221 - Warehouse stores construction work.
39151100 - Racking.
39131100 - Archive shelving.
II.2.3) Place of performance:
UKI LONDON
UKJ11 Berkshire
II.2.4) Description of procurement: For the purposes of this lot a Drawer is defined as: a freestanding box-shaped storage compartment with sides, back and front which slides horizontally in and out of a drawer unit.
Drawer Units are defined as: static or mobile storage furniture designed to house drawers consisting of an upright frame into which multiple parallel horizontal drawers, usually stacked one above another, are fitted.
The following varieties of drawers & drawer units are within the scope of the lot: Enclosed drawers; tray drawers; part-glazed drawers; pull-out cabinets; cabinets with solid doors; cabinets with part-glazed doors; plan chests; large format drawers; static open face drawers; roller trays; static shelves; various dimensions with plinth of 120mm.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/54D7CWPCHJ
II.2) Description Lot No. 2
II.2.1) Title: Shelves & Shelving Units
Lot No: 2
II.2.2) Additional CPV codes:
45213221 - Warehouse stores construction work.
39151100 - Racking.
39131100 - Archive shelving.
II.2.3) Place of performance:
UKI LONDON
UKJ11 Berkshire
II.2.4) Description of procurement: For the purposes of this lot a Shelf is defined as: a freestanding horizontal length of rigid material with static supports that provides a storage surface, fitted into a shelving unit.
Shelving Units are defined as: static or mobile storage furniture consisting of a freestanding upright frame with connecting supports, rails, diagonal braces or panels; into which multiple parallel horizontal shelves, usually stacked one above another, are fitted.
The following varieties of drawers & drawer units are within the scope of the lot: standard shelves; reinforced shelves; universal shelving; cantilever shelving; with options for single or double-skinned in each variety. System should include freestanding uprights; rails; supports; brackets; panels; diagonal braces (where panels not required); canopies; doors; shelf end supports; dividing panels (for back and sides). This specification is designed to cater for collection objects as well as archive and library materials.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Vertical Storage Solutions
Lot No: 3
II.2.2) Additional CPV codes:
45213221 - Warehouse stores construction work.
39151100 - Racking.
39131100 - Archive shelving.
II.2.3) Place of performance:
UKI LONDON
UKJ11 Berkshire
II.2.4) Description of procurement: For the purposes of this lot Vertical Storage Solutions are defined as: storage solutions for 2D and 3D collections required to be stored upright including casts, framed prints, paintings, glass, canvases, framed textiles, rolled textiles (stored horizontally).
They may be pull-out frames which are defined as: a framed rack of steel mesh on pull-out tracks, supported by structural steel-framed supports affixed to the reverse of the structure, and steel cross-beams at the top of the structure. These can be wall-mounted.
Or they may be static frames which are defined as: a framed rack of steel mesh on supporting steelwork, affixed to the supporting structure.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Large & Heavy Objects & Pallet Racking Solutions
Lot No: 4
II.2.2) Additional CPV codes:
45213221 - Warehouse stores construction work.
39151100 - Racking.
39131100 - Archive shelving.
II.2.3) Place of performance:
UKI LONDON
UKJ11 Berkshire
II.2.4) Description of procurement: For the purposes of this lot Large & Heavy Objects & Pallet Racking Solutions are defined as: storage solutions for large, heavy collection objects which require specialist equipment (e.g. a forklift or stacker) to be moved and heavy duty static (or mobile) support in storage. Objects defined as ‘heavy’ have a weight of over 75kg (under 75kg items addressed under Lot 2), either as individual objects (e.g. boxed canoes) or when stored collectively (e.g. multiple large casts on a pallet).
They may be either short span racking defined as: freestanding racking / shelving comprising a vertical upright frame, horizontal load beams to support stacking of pallets, and insertable metal shelf panels; with optional top canopy, flush rear and end panels.
Or they may be long span/pallet racking defined as: freestanding widespan racking / shelving comprising vertical upright frame, horizontal load beams to support stacking of pallets, and insertable metal shelf panels; with optional timber drop-in shelf panels, flush rear and end panels, and top canopy
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Bespoke Solutions
Lot No: 5
II.2.2) Additional CPV codes:
45213221 - Warehouse stores construction work.
39151100 - Racking.
39131100 - Archive shelving.
II.2.3) Place of performance:
UKI LONDON
UKJ11 Berkshire
II.2.4) Description of procurement: This lot is designed to cater for the commission of bespoke storage solutions to be determined at call-off stage which may be required by the British Museum. Due to the nature and breadth of the Museum’s collection, there may be objects the storage needs for which are not met by the five specified lots outlined above. It is therefore anticipated that the development of a unique provision to meet the unknown needs of a specific item or grouping within the collection will be required. No sample lot specification is available, as a result. However, the Museum’s overarching standards for storage systems outlined within this framework will apply.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/09/2020 Time: 17:00
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 month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 25/09/2020
Time: 17:30
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Warehouse-stores-construction-work./54D7CWPCHJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54D7CWPCHJ
VI.4) Procedures for review
VI.4.1) Review body:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Internet address: http://www.ciarb.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/08/2020
Annex A