Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tate Galleries - Art Transport Framework Agreement 2022 |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Tate requires contractors to provide for the packing, handling, and safe movement of exhibition loans from private and institutional lenders from within the UK and abroad to some, or all of Tate’s sites and to other venues in the UK and abroad (in the case of touring exhibitions) and to provide for the packing, handling, and safe movement of Tate Collection works from Tate sites to other venues in the UK and abroad (in the case of International Programme tours). Contractors will be responsible for collection from the lender to delivery back to the lender at the end of the exhibition/exhibition tour. These services will require contractors who are skilled and have experience of dealing with the coordination, control, and management of the packing and transport of exhibitions comprising high value, delicate and environmentally sensitive works of art in a variety of media and from a wide range of source. |
Published: | 01/07/2022 16:40 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078878811, Email: declan.mcalister@tate.org.uk
Main Address: www.tate.org.uk
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:-Transport-agency-services./83944QM377
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tate Galleries - Art Transport Framework Agreement 2022
Reference Number: Not provided
II.1.2) Main CPV Code:
63520000 - Transport agency services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Tate requires contractors to provide for the packing, handling, and safe movement of exhibition loans from private and institutional lenders from within the UK and abroad to some, or all of Tate’s sites and to other venues in the UK and abroad (in the case of touring exhibitions) and to provide for the packing, handling, and safe movement of Tate Collection works from Tate sites to other venues in the UK and abroad (in the case of International Programme tours).
Contractors will be responsible for collection from the lender to delivery back to the lender at the end of the exhibition/exhibition tour. These services will require contractors who are skilled and have experience of dealing with the coordination, control, and management of the packing and transport of exhibitions comprising high value, delicate and environmentally sensitive works of art in a variety of media and from a wide range of source.
II.1.5) Estimated total value:
Value excluding VAT: 11,000,000
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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The sub-lots 'routes' within Lot 2 may be awarded to the same bidder if they have the most marks following the culmination of the evaluation process.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1: Exhibition Transport
Lot No: 1
II.2.2) Additional CPV codes:
63521000 - Freight transport agency services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot requires the packing and safe movement of exhibition loans to some or all Tate sites and other tour venues, from lender to delivery back to lender at the end of the exhibition/exhibition tour.
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:
Start: 01/10/2022 / End: 31/03/2027
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. 2
II.2.1) Title: Lot 2: Shuttle
Lot No: 2
II.2.2) Additional CPV codes:
63521000 - Freight transport agency services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot involves the packing and safe movement of Tate works and/or loans between some or all Tate sites, to include some or all of the following:
•Submission of full and detailed invoices for services provided.
•Making site visits in advance, if required
•Provision of any special equipment needed for the movement of Tate works and/or loans to Tate.
•Provision of ‘apparent defect reports’ or condition reports, when requested.
•Packing and casing of Works to either the lender’s specification, museum standard or Tate specification as per Tate’s instructions.
•Temporary consolidation/storage of Tate works and/or loans.
•Storage and movement of empty cases and/or accessories.
•Removal and disposal of empty cases.
•In accordance with Tate’s Carbon Management Programme, providing Tate with the mileage of each shipment by road, make/model of vehicle used and vehicle fuel type.
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2022 / End: 31/03/2027
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/83944QM377
II.2) Description Lot No. 3
II.2.1) Title: Lot 3: International Programme
Lot No: 3
II.2.2) Additional CPV codes:
63521000 - Freight transport agency services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Co-ordination of the complete logistics package associated with exhibitions; from collection at Tate to return at the end of the exhibition (UK and International). This lot requires the packing and safe movement of Works from some or all Tate sites to tour venues and delivery back at the end of the exhibition
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2022 / End: 31/03/2027
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:
•£5m Employers’ Liability (Compulsory Insurance)*
•£5m Public Liability insurance (each and every loss)
•£1m Professional indemnity insurance
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 60 days.
Liquidity Test (Acid Test)
(Current Assets – Stock) / Current Liabilities
From the latest 2 years accounts, the average result of the Test should be 0.8 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.
Provision of accounts
Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
•UK Government Indemnity scheme: General Security, Transport and Environmental, Food and Drink Conditions
•National Heritage Act 1980, section 16.
•https://www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme#section-1
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes
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: 5
In the case of framework agreements justification for any duration exceeding 4 years: The procurement for this iteration of the framework was unavoidably delayed, and so the framework is being established for 4.5 years to retain parity to Tate financial years.
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: 05/08/2022 Time: 12:00
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): 2
IV.2.7) Conditions for opening of tenders:
Date: 05/08/2022
Time: 12:05
Place:
Virtually
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: This framework will also be open to members of the GLAM network who are made up of Galleries, Libraries, Archives and Museums based in the UK and are typically, though not always, DCMS members. GLAM members may choose to access the framework using the existing Lots however they will agree terms and specifications directly with the agents.
As of July 2022, the following bodies are GLAM members.
Arts Council
British Museum
British Library
Crown Estate
Historic Royal Palaces
Imperial War Museum
Kew Gardens
Liverpool Museums
London Stadium
Museum of London
National Gallery
National Portrait Gallery
National Archives
Natural History Museum
Refuge
Royal Museums Greenwich
Royal Academy of Art
Royal Albert Hall
Royal Opera House
Royal Household
Science Museum (NMSI)
Sport England
Tate Gallery
UK Sport
V&A
Zoological Society London
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Transport-agency-services./83944QM377
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83944QM377
VI.4) Procedures for review
VI.4.1) Review body:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.4.2) Body responsible for mediation procedures:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
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:
Tate Gallery
20 John Islip Street, London, SW1P 4RG, United Kingdom
Tel. +44 2078212960
VI.5) Date Of Dispatch Of This Notice: 01/07/2022
Annex A