The National Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fine Art and Object Transportation and Storage Framework Agreement |
Notice type: | Contract Notice |
Authority: | The National Gallery |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Galleries require fine art transport agents to provide all services associated with the transportation of works of art between various sites. Works of art may be from the permanent collections of the Galleries or may be borrowed from other institutions, organisations and private individuals. Most movements of Objects are within the UK and mainland Europe but all regions of the world can be included. The Galleries have categorized their transportation requirements into three Lots, which increase increase in complexity, plus a fourth lot for the medium to long term storage of objects The Galleries are committed to ensuring that the works of art in the collections and the cultural objects it borrows are handled, transported, stored and displayed in the safest and most appropriate ways possible, and the successful suppliers shall be able to demonstrate understanding and experience of the handling and transportation of high value fine art objects. |
Published: | 08/10/2021 18:01 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the National Gallery, United Kingdom
www.nationalgallery.org.uk, Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475810, Email: contracting@ng-london.org.uk
Contact: Catherine Tomlinson
Main Address: www.nationalgallery.org.uk
NUTS Code: UKI32
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Transport-agency-services./M6H687E282
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5746SPW8JK 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:
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 and Object Transportation and Storage Framework Agreement
Reference Number: Not provided
II.1.2) Main CPV Code:
63520000 - Transport agency services.
ME04-7 - Of artistic objects
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Galleries require fine art transport agents to provide all services associated with the transportation of works of art between various sites. Works of art may be from the permanent collections of the Galleries or may be borrowed from other institutions, organisations and private individuals. Most movements of Objects are within the UK and mainland Europe but all regions of the world can be included.
The Galleries have categorized their transportation requirements into three Lots, which increase increase in complexity, plus a fourth lot for the medium to long term storage of objects
The Galleries are committed to ensuring that the works of art in the collections and the cultural objects it borrows are handled, transported, stored and displayed in the safest and most appropriate ways possible, and the successful suppliers shall be able to demonstrate understanding and experience of the handling and transportation of high value fine art objects.
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
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: Land Transportation within Great Britain and Northern Ireland
Lot No: One
II.2.2) Additional CPV codes:
60100000 - Road transport services.
ME04-7 - Of artistic objects
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Transport arrangements involving road transportation only. This may be for simple point-to-point transportation, transportation between different Gallery sites, or a small exhibition. Objects will be sourced and transported by road within UK & Ireland only; transportation shall involve some planning and scheduling considerations.
The Galleries expect the Contractor to have expertise in co-ordinating the transport of Objects, scheduling with small-scale projects and provide a range of technical services for museums nationally and to have knowledge of security measures and institutional and private Lenders.
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2022 / End: 31/03/2026
This contract is subject to renewal: Yes
Description of renewals: on expiry
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: Routine UK and International Transport
Lot No: Two
II.2.2) Additional CPV codes:
60100000 - Road transport services.
ME04-7 - Of artistic objects
60400000 - Air transport services.
ME04-7 - Of artistic objects
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Transport arrangements involving road, sea or airfreight for small one-off or exhibition projects such as international loans involving months of detailed advanced planning, security measures and some scheduling considerations.
The Galleries require the Contractor to have expertise in co-ordinating the transport for UK and international loans and exhibitions of Objects; to provide a range of technical services for museums both nationally and internationally; to have knowledge of institutional and private Lenders; and experience arranging supervised airfreight and occasional coordination of accompanying lender couriers.
The Contractor shall have the expertise, authorisations and guarantees required to deal with the temporary or permanent import and export of Objects which may be for temporary exhibition, for long loan, study or acquisition, and the Contractor should have knowledge of Customs and export licensing procedures.
The Contractor shall act as a Regulated Agent and shall ensure full compliance with the requirements of the Regulated Agent and Known Consignor Schemes
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2022 / End: 31/03/2026
This contract is subject to renewal: Yes
Description of renewals: on expiry
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: Three
Lot No: Complex International Transportation
II.2.2) Additional CPV codes:
60100000 - Road transport services.
ME04-7 - Of artistic objects
60400000 - Air transport services.
ME04-7 - Of artistic objects
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Transport arrangements involving road, sea or airfreight for major multi-partite international exhibitions (typically involving a high number of couriers – physical and virtual) including exhibition tours or high-profile projects involving many months of detailed advanced planning, stringent security measures, requirements set out by institutional lenders and skilful orchestration of scheduling considerations.
The Galleries require the Contractor to have substantial expertise in co-ordinating the transport for major international loans, complex exhibitions with numerous Objects; to provide highly skilled technical services, experienced coordination and technical staff; be well resourced for the scope of work with museums both nationally and internationally; to have extensive knowledge of institutional and private Lenders; and substantial experience arranging supervised airfreight and extensive coordination of large numbers of accompanying lender couriers.
The Contractor shall have the expertise, authorisations and guarantees required to deal with the temporary or permanent import and export of Objects which may be for temporary exhibition, for long loan, study or acquisition, and the Contractor should have extensive knowledge of Customs and export licensing procedures
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2022 / End: 31/03/2026
This contract is subject to renewal: Yes
Description of renewals: on expiry
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: Four
Lot No: Medium and Long Term Storage
II.2.2) Additional CPV codes:
63120000 - Storage and warehousing services.
ME04-7 - Of artistic objects
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Storage arrangements for complex and one-off collection moves requiring advance planning and skilful orchestration throughout.
The Galleries require the Contractor to have substantial experience, expertise in providing and coordinating storage for a wide range of Objects, as reflected by the broad scope of the Galleries collections and projects.
The Galleries require the Contractor to be well resourced for the safe storage, tracking and management of a wide range of Objects, as well as empty crates and packing materials.
The Galleries require the Contractor to have facilities which meet museum and UK Government Indemnity standards for the storage and management of a range of Objects or equipment as appropriate.
The Galleries require the Contractor to have viewing room facilities as well as sufficient staff to enable audits, viewings including handling and wrapping of works at agreed times and short notice viewings.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2022 / End: 31/03/2026
This contract is subject to renewal: Yes
Description of renewals: on expiry
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: Yes
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: 30/11/2021 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): 4
IV.2.7) Conditions for opening of tenders:
Date: 30/11/2021
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: on expiry
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: Other UK museums and galleries may make use of this framework, including the Royal Collection Trust (whose locations include Buckingham Palace, Buckingham Palace Royal Mews, the Queen’s Gallery at Buckingham Palace, Clarence House, Windsor Castle, Frogmore House, the Palace of Holyroodhouse and The Queen’s Gallery at the Palace of Holyroodhouse), the Wellcome Trust, the Royal Academy, the Victoria and Albert Museum, the Science Museum Group, the Natural History Museum, the Tate, the Royal Museums Greenwich, the Museum of London, the Imperial War Museum, the Liverpool Museums
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:-Transport-agency-services./M6H687E282
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M6H687E282
VI.4) Procedures for review
VI.4.1) Review body:
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Internet address: www.nationalgallery.org.uk
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: 08/10/2021
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
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Email: contracting@ng-london.org.uk
Main Address: www.npg.org.uk
NUTS Code: UKI32
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Historic Royal Palaces
Trafalgar Square, London, WC2N 5DN, United Kingdom
Email: contracting@ng-london.org.uk
Main Address: www.hrp.org,uk
NUTS Code: UKI