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 |
View Full Notice
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