Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fine Art & Object Packing & Transportation Framework Agreement |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities. |
Published: | 17/04/2018 16:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Email: procurement@vam.ac.uk
Main Address: https://www.vam.ac.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Cargo-handling-and-storage-services./V63VK6J99P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/V63VK6J99P 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: Fine Art & Object Packing & Transportation Framework Agreement
Reference Number: VA/CON/28/17
II.1.2) Main CPV Code:
63100000 - Cargo handling and storage services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities.
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: Fine art object packing & transportation UK
Lot No: 1
II.2.2) Additional CPV codes:
63100000 - Cargo handling and storage services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities. The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
Between May 2018 and May 2021, the V&A intends to mount and travel a number of large, medium and small sized exhibitions. Many of the exhibitions are expected to tour to multiple venues in the UK and worldwide.
The exhibitions could consist of for example paintings, sculptures, works on paper, artists’ installations, furniture, textiles and costume, ceramics, glass, jewellery and other metalwork, books, ephemera, major architectural elements, toys and games, contemporary decorative and design pieces, and videos and films: objects will belong to the V&A but also to private and public collections throughout the world.
This framework agreement will also cover the tour of exhibitions of the V&A collection objects that will not be shown at the V&A, but will tour to several venues in the UK and abroad and non-exhibition specific packing and transport requirements. Please note that the V&A will increasingly require Contractors to invoice tour venues directly for services. For example, where there are costs that as part of the tour are agreed as shared costs Contractors will be asked to bill venues the appropriate share directly.
Lot 1 is to provide fine art and object packing & transportation services and occasional storage within the UK.
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: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 04/07/2018 / End: 03/07/2021
This contract is subject to renewal: Yes
Description of renewals: The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
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: Fine Art and object packing and transportation services in the European Union
Lot No: 2
II.2.2) Additional CPV codes:
63100000 - Cargo handling and storage services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide fine art and object packing and transportation services in the European Union.
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: 04/07/2018 / End: 03/07/2021
This contract is subject to renewal: Yes
Description of renewals: The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
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: Fine art and object packing and transportation services in North America, Australia, New Zealand & Japan
Lot No: 3
II.2.2) Additional CPV codes:
63100000 - Cargo handling and storage services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide fine art and object packing and transportation services in North America, Australia, New Zealand & Japan.
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: 04/07/2018 / End: 03/07/2021
This contract is subject to renewal: Yes
Description of renewals: The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
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: Fine art and object packing and transportation services worldwide
Lot No: 4
II.2.2) Additional CPV codes:
63100000 - Cargo handling and storage services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide fine are and object packing and transportation services worldwide.
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: 04/07/2018 / End: 03/07/2021
This contract is subject to renewal: Yes
Description of renewals: The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
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.2.1) 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
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: 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: 05/06/2018 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: 05/06/2018
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2021-2022 depending on length of contract
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:-Cargo-handling-and-storage-services./V63VK6J99P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V63VK6J99P
VI.4) Procedures for review
VI.4.1) Review body:
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 17/04/2018
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
Design Dundee Ltd
Whitehall House, 33 Yeaman Shore, Dundee, DD1 4BJ, United Kingdom
Email: info@vandadundee.org
Main Address: https://www.vandadundee.org/
NUTS Code: UKM71
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
Email: procurement@vam.ac.uk
Main Address: https://www.vam.ac.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: Yes
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Fine Art & Object Packing & Transportation Framework Agreement
Reference number: VA/CON/28/17
II.1.2) Main CPV code:
63100000 - Cargo handling and storage services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,500,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Fine art object packing & transportation UK
Lot No:1
II.2.2) Additional CPV code(s):
63100000 - Cargo handling and storage services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities. The period of the framework agreement will be not less than 3 years, with an option to extend for a further 1 year.
Between May 2018 and May 2021, the V&A intends to mount and travel a number of large, medium and small sized exhibitions. Many of the exhibitions are expected to tour to multiple venues in the UK and worldwide.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Fine Art and object packing and transportation services in the European Union
Lot No:2
II.2.2) Additional CPV code(s):
63100000 - Cargo handling and storage services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide fine art and object packing and transportation services in the European Union.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Fine art and object packing and transportation services in North America, Australia, New Zealand & Japan
Lot No:3
II.2.2) Additional CPV code(s):
63100000 - Cargo handling and storage services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide fine art and object packing and transportation services in North America, Australia, New Zealand & Japan.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Fine art and object packing and transportation services worldwide
Lot No:4
II.2.2) Additional CPV code(s):
63100000 - Cargo handling and storage services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide fine are and object packing and transportation services worldwide.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/07/2018
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Constantine Ltd
Constantine House, 20-26 Sandgate Street, London, SE15 1L, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Crown Fine Art
Art Central, Union Court, 20-22 Union Road, London, SW4 6JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
Gander and White Shipping Ltd
Unit 1, St.Martin’s Way, Wimbledon, London, SW17 0JH, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
Martinspeed Ltd
7 Glasshouse Walk, London, SE11 5ES, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Momart Ltd
Exchange Tower, 6th Floor, 2 Harbour Exchange Square, London, E14 9GE, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.6)
Mtec Warehousing Limited
Manufactory House, Bell Lane, Hertford, SG14 1BP, United Kingdom
NUTS Code: UKH23
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 4,500,000
Total value of the contract/lot: 4,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=338152696
VI.4) Procedures for review
VI.4.1) Review body
Victoria and Albert Museum
Cromwell Road, South Kensington, London, SW7 2RL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/08/2018
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Design Dundee Ltd
Whitehall House, 33 Yeaman Shore, Dundee, DD1 4BJ, United Kingdom
Email: info@vandadundee.org
Main Address: https://www.vandadundee.org/
NUTS Code: UKM71