Natural History Museum: NW Tower Scientific Collections Removals

  Natural History Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: NW Tower Scientific Collections Removals
Notice type: Contract Notice
Authority: Natural History Museum
Nature of contract: Services
Procedure: Accelerated restricted
Short Description: The wrapping and transportation of large, heavy fragile collections such as skulls with horns and antlers (approx 2000) some with spans of over 2 metres and weighing up to 40kgs; and the moving of animal skins and bone collections into new cabinets. Collections must be placed in container freezers for periods of up to 10 days before being moved to off site storage facilities or back to the on site collections area.
Published: 29/01/2014 16:43
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: Relocation services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Natural History Museum
      Crowmell road, London, SW7 5BD, United Kingdom
      Tel. +44 2079425305, Email: r.oldfield@nhm.ac.uk, URL: www.nhm.ac.uk
      Attn: Robert Oldfield

      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:
      Education
      Other: National Museum

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NW Tower Scientific Collections Removals
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 2

         Region Codes: UKI1 - Inner London         
      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:
      Relocation services. The wrapping and transportation of large, heavy fragile collections such as skulls with horns and antlers (approx 2000) some with spans of over 2 metres and weighing up to 40kgs; and the moving of animal skins and bone collections into new cabinets. Collections must be placed in container freezers for periods of up to 10 days before being moved to off site storage facilities or back to the on site collections area.
         
      II.1.6)Common Procurement Vocabulary:
         98392000 - Relocation services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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:
      Not Provided      
      
      II.2.2)Options: No          
         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: 18 (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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      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.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
         Justification for the choice of accelerated procedure: Scientific collections at risk due to water damage      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 6   
   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: NHM NWTREM 2014      
      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: 10/02/2014
      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: 10/02/2014
         Time: 17:00      
      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, and the contract will be awarded on the basis of the most economically advantageous tender.

The Natural History Museum is seeking expressions of interest from suitably qualified relocation companies in order to shortlist a small number to invite to tender for the provision of these services for specialised handling and relocation of scientific collections.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminderlink on the homepage. Suppliers must log in, go to Response Manager and add the following Access Code, where a pre-qualification questionnaire is available for download: 8NN6N4K5RM Completed questionnaires must be uploaded to Delta e-Sourcing by Monday 10.2.2014 at 17:00.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Content-management-software-package./8NN6N4K5RM

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/8NN6N4K5RM
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Relocation-services./8NN6N4K5RM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8NN6N4K5RM
GO-2014129-PRO-5423133 TKR-2014129-PRO-5423132
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The Chartered Institue of Arbitrators
      United Kingdom

      Body responsible for mediation procedures:
               The Chartered Institue of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 02074217444, Fax. +44 2074044023, Email: info@ciarb.org, URL: http://www.ciarb.org/

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Natural History Museum
      Cromwell Road, London, SW7 5BD, United Kingdom
      Tel. +44 02079425305, Email: r.oldfield@nhm.ac.uk, URL: www.nhm.ac.uk

   VI.5) Date Of Dispatch Of This Notice: 29/01/2014

ANNEX A

View any Notice Addenda

View Award Notice