National Portrait Gallery: National Portrait Gallery Provision of Logistics and Warehousing Solution for Retail Operations

  National Portrait Gallery is using Delta eSourcing to run this tender exercise

Notice Summary
Title: National Portrait Gallery Provision of Logistics and Warehousing Solution for Retail Operations
Notice type: Contract Notice
Authority: National Portrait Gallery
Nature of contract: Services
Procedure: Open
Short Description: The National Portrait Gallery invites tenders from suppliers for an agreement that includes off-site storage of retail merchandise, restocking shipments to on-site stores, and logistics fulfilment of online shop orders.
Published: 07/08/2024 09:40
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Retail trade services.
Section I: Contracting Authority
      I.1) Name and addresses
             National Portrait Gallery
             2 St. Martin's Place, London, WC2H 0HE, United Kingdom
             Tel. +44 2073060055, Email: procurement@npg.org.uk
             Main Address: https://www.bipsolutions.com
             NUTS Code: UKI3
      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:-Retail-trade-services./9BKFQSA8E6
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: National Portrait Gallery Provision of Logistics and Warehousing Solution for Retail Operations       
      Reference Number: 053/2024
      II.1.2) Main CPV Code:
      55900000 - Retail trade services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The National Portrait Gallery invites tenders from suppliers for an agreement that includes off-site storage of retail merchandise, restocking shipments to on-site stores, and logistics fulfilment of online shop orders.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI3 Inner London – West
      
      II.2.4) Description of procurement: The National Portrait Gallery invites tenders from suppliers for an agreement that includes off-site storage of retail merchandise, restocking shipments to on-site stores, and logistics fulfilment of online shop orders. Contract term is 2 years with the option to extend.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 / Weighting: 40
                        
            Cost criterion - Name: Criterion 1 / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: rolling monthly contract (not to exceed a further 2 years)
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Contract may be extended following initial contract term. It is the intention that any agreed extension will be a rolling monthly basis (not to exceed 2 years), however any agreed renewal option is subject to contract award and discussions with the successful bidder.
      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/9BKFQSA8E6       


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.2.1) 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: 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 - NO    
         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: No       
   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: 06/09/2024 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/09/2024
         Time: 12:00
         Place:
         delta e-portal
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Maximum of 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Retail-trade-services./9BKFQSA8E6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9BKFQSA8E6
   VI.4) Procedures for review
   VI.4.1) Review body:
             National Portrait Gallery
       St Martins Lane, London, WC2H 0HE, United Kingdom
       Email: procurement@npg.org.uk
   VI.4.2) Body responsible for mediation procedures:
             National Portrait Gallery
          London, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is
communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as
soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that
aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and
Northern Ireland).    
   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: 07/08/2024

Annex A


View any Notice Addenda

View Award Notice