Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Design and Supply of Demountable Case |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | In spring 2017, the museum will complete The Exhibition Road Building Project (ERB), which will deliver a new courtyard, entrance, café, shop and, most significantly, a state of the art temporary exhibition gallery (the Sainsbury Gallery) to host the V&A’s world-renowned programme of blockbuster exhibitions. A driving ambition for this project is a reduction in the cost, time and environmental impact involved in staging temporary exhibitions. In order to achieve this, the museum will be procuring a suite of demountable cases to be used for displaying loan and collection objects. In addition to this, the museum will require an associated storage system for use during shows that do not require the full suite. The initial procurement will comprise a suite of 17 cases, of two types, and the storage system, with the option to procure further cases over a period of five years following contract agreement (please refer to details in Volume 3). This is to allow review of function and requirements, and to include possible procurement for V&A Dundee, due to open Summer 2018. In order to evaluate the company’s ability to fulfil the contract, shortlisted tenderers will be required to transport an example demountable case (not a prototype) to the V&A South Kensington and demonstrate its assembly and functions. |
Published: | 23/10/2015 15:09 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924, Email: procurement@vam.ac.uk, URL: http://www.vam.ac.uk
Electronic Access URL: https://www.delta-esourcing.com/respond/9JV6698Z6M
Electronic Submission URL: https://www.delta-esourcing.com/respond/9JV6698Z6M
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:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Design and Supply of Demountable Case
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKI11 - Inner London - West
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:
Exhibition equipment. Miscellaneous furniture and equipment. Museum construction work. Furniture design services. In spring 2017, the museum will complete The Exhibition Road Building Project (ERB), which will deliver a new courtyard, entrance, café, shop and, most significantly, a state of the art temporary exhibition gallery (the Sainsbury Gallery) to host the V&A’s world-renowned programme of blockbuster exhibitions. A driving ambition for this project is a reduction in the cost, time and environmental impact involved in staging temporary exhibitions. In order to achieve this, the museum will be procuring a suite of demountable cases to be used for displaying loan and collection objects. In addition to this, the museum will require an associated storage system for use during shows that do not require the full suite.
The initial procurement will comprise a suite of 17 cases, of two types, and the storage system, with the option to procure further cases over a period of five years following contract agreement (please refer to details in Volume 3). This is to allow review of function and requirements, and to include possible procurement for V&A Dundee, due to open Summer 2018. In order to evaluate the company’s ability to fulfil the contract, shortlisted tenderers will be required to transport an example demountable case (not a prototype) to the V&A South Kensington and demonstrate its assembly and functions.
II.1.6)Common Procurement Vocabulary:
39154000 - Exhibition equipment.
39150000 - Miscellaneous furniture and equipment.
45212313 - Museum construction work.
79934000 - Furniture design 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:
The initial procurement will comprise a suite of 17 cases, of two types, and the storage system, with the option to procure further cases over a period of five years following contract agreement. It is anticipated that the initial purchase will be worth between 200000GBP and 250000GBP, with further contract options taking the total contract value up to 600000GBP.
II.2.2)Options: Yes
If yes, description of these options: Option for the V&A to procure further cases and/or storage systems;
Option for V&A Dundee to procure further cases and/or storage systems.
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
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:
As set out in the Pre-Qualification Questionnaire - a parent company guarantee may be required if the Applicant cannot demonstrate sufficient economic and financial standing.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Invitation to Tender
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the Pre-Qualification Questionnaire
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Information and formalities necessary for evaluating if requirements are met are set out in the Pre-Qualification Questionnaire
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.
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire.
Minimum Level(s) of standards possibly required:
Applicants will be required to demonstrate a turnover of 500,000GBP (twice the estimated value of the initial purchase) in the most recent year of accounts, or as an average across the most recent two years. Additional requirements are set out in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Technical capacity - means of proof required
(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;
(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;
(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.
Information and formalities necessary for evaluating if requirements are met:
As set out in the Pre-Qualification Questionnaire.
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts: 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:
Envisaged minimum number: 4 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
As set out in the Pre-Qualification Questionnaire
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: VA/CON/27/15
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 20/11/2015
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 23/11/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/12/2015
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.
Documents are not payable, but the Invitation to Tender will only be released to those Applicants that complete and submit a signed Non-Disclosure Agreement. Full details are included in the Pre-Qualification Questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Exhibition-equipment./9JV6698Z6M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9JV6698Z6M
GO-20151023-PRO-7231863 TKR-20151023-PRO-7231862
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924
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: 23/10/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Dundee City Council
21 City Square, Dundee, DD1 3BY, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Kensington: Exhibition equipment.
I.1)Name, Addresses and Contact Point(s):
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924, Email: procurement@vam.ac.uk, URL: http://www.vam.ac.uk
Electronic Access URL: https://www.delta-esourcing.com/respond/9JV6698Z6M
Electronic Submission URL: https://www.delta-esourcing.com/respond/9JV6698Z6M
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Design and Supply of Demountable Case
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKI11 - Inner London - West
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):
Exhibition equipment. Miscellaneous furniture and equipment. Museum construction work. Furniture design services. PLEASE NOTE THIS NOTICE IS TO PUBLICISE THE AWARD OF A CONTRACT AND IS NOT A NEW OPPORTUNITY CALLING FOR BIDDERS.
In spring 2017, the museum will complete The Exhibition Road Building Project (ERB), which will deliver a new courtyard, entrance, café, shop and, most significantly, a state of the art temporary exhibition gallery (the Sainsbury Gallery) to host the V&A’s world-renowned programme of blockbuster exhibitions. A driving ambition for this project is a reduction in the cost, time and environmental impact involved in staging temporary exhibitions. In order to achieve this, the museum will be procuring a suite of demountable cases to be used for displaying loan and collection objects. In addition to this, the museum will require an associated storage system for use during shows that do not require the full suite.
The initial procurement will comprise a suite of 17 cases, of two types, and the storage system, with the option to procure further cases over a period of five years following contract agreement (please refer to details in Volume 3). This is to allow review of function and requirements, and to include possible procurement for V&A Dundee, due to open Summer 2018. In order to evaluate the company’s ability to fulfil the contract, shortlisted tenderers will be required to transport an example demountable case (not a prototype) to the V&A South Kensington and demonstrate its assembly and functions.
II.1.5)Common procurement vocabulary:
39154000 - Exhibition equipment.
39150000 - Miscellaneous furniture and equipment.
45212313 - Museum construction work.
79934000 - Furniture design 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: 600,000
Currency: GBP
Excluding VAT: Yes
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
Design Response - 35
Method Statement - 10
Resources proposed for the contract - 10
Pricing - 45
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: VA/CON/27/15
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 209 - 379217 of 28/10/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 07/03/2016
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Florea d.sign GmbH
Postal address: Pfingstweidstrasse 9
Town: Frankfurt am Main
Postal code: 60316
Country: Germany
Email: office@floread-sign.de
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 246,865
Currency: GBP
Total final value of the contract
Value: 600,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted:
The metalwork will be sub-contracted to an affiliated company florea d.sign Duppimex SRL.
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=194110268
GO-2016323-PRO-7962955 TKR-2016323-PRO-7962954
VI.3.1)Body responsible for appeal procedures:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422924
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: 23/03/2016
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Dundee City Council
21 City Square, Dundee, DD1 3BY, United Kingdom