The National Gallery: Fine Art and Object Transportation and Storage Framework Agreement

  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
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: Transport agency services.
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

View any Notice Addenda

View Award Notice