The British Museum: British Museum Collection Storage Furniture Framework

  The British Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: British Museum Collection Storage Furniture Framework
Notice type: Contract Notice
Authority: The British Museum
Nature of contract: Works
Procedure: Open
Short Description: The British Museum wishes to establish a non-exclusive, non-binding Framework Agreement for the provision of Collection Storage Furniture with a number of Contractors. The Framework will be the primary route by which the British Museum will procure collection storage furniture across its estate for a period of four years. A complete end-to-end service is required including design, manufacture, installation and initial maintenance support. The Framework will be used to appoint a Contractor, or Contractors, to fit out the British Museum Archaeological Research Collection (BM_ARC) facility when its construction has been completed. The BM_ARC will contain collection storage rooms with an approximate total floor area of 9,250 square meters.
Published: 12/08/2020 18:57
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: Warehouse stores construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             The British Museum
             Great Russell Street, London, WC1B 3DG, United Kingdom
             Tel. +44 02073238264, Email: procurement@britishmuseum.org
             Main Address: https://www.britishmuseum.org/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      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:-Warehouse-stores-construction-work./54D7CWPCHJ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: British Museum Collection Storage Furniture Framework       
      Reference Number: BM.20.023
      II.1.2) Main CPV Code:
      45213221 - Warehouse stores construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The British Museum wishes to establish a non-exclusive, non-binding Framework Agreement for the provision of Collection Storage Furniture with a number of Contractors. The Framework will be the primary route by which the British Museum will procure collection storage furniture across its estate for a period of four years. A complete end-to-end service is required including design, manufacture, installation and initial maintenance support. The Framework will be used to appoint a Contractor, or Contractors, to fit out the British Museum Archaeological Research Collection (BM_ARC) facility when its construction has been completed. The BM_ARC will contain collection storage rooms with an approximate total floor area of 9,250 square meters.       
      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: Drawers & Drawer Units       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      39151100 - Racking.
      39131100 - Archive shelving.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ11 Berkshire
      
      II.2.4) Description of procurement: For the purposes of this lot a Drawer is defined as: a freestanding box-shaped storage compartment with sides, back and front which slides horizontally in and out of a drawer unit.

Drawer Units are defined as: static or mobile storage furniture designed to house drawers consisting of an upright frame into which multiple parallel horizontal drawers, usually stacked one above another, are fitted.

The following varieties of drawers & drawer units are within the scope of the lot: Enclosed drawers; tray drawers; part-glazed drawers; pull-out cabinets; cabinets with solid doors; cabinets with part-glazed doors; plan chests; large format drawers; static open face drawers; roller trays; static shelves; various dimensions with plinth of 120mm.
      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:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/54D7CWPCHJ       
II.2) Description Lot No. 2
      
      II.2.1) Title: Shelves & Shelving Units       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      39151100 - Racking.
      39131100 - Archive shelving.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ11 Berkshire
      
      II.2.4) Description of procurement: For the purposes of this lot a Shelf is defined as: a freestanding horizontal length of rigid material with static supports that provides a storage surface, fitted into a shelving unit.

Shelving Units are defined as: static or mobile storage furniture consisting of a freestanding upright frame with connecting supports, rails, diagonal braces or panels; into which multiple parallel horizontal shelves, usually stacked one above another, are fitted.

The following varieties of drawers & drawer units are within the scope of the lot: standard shelves; reinforced shelves; universal shelving; cantilever shelving; with options for single or double-skinned in each variety. System should include freestanding uprights; rails; supports; brackets; panels; diagonal braces (where panels not required); canopies; doors; shelf end supports; dividing panels (for back and sides). This specification is designed to cater for collection objects as well as archive and library materials.
      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:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: Vertical Storage Solutions       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      39151100 - Racking.
      39131100 - Archive shelving.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ11 Berkshire
      
      II.2.4) Description of procurement: For the purposes of this lot Vertical Storage Solutions are defined as: storage solutions for 2D and 3D collections required to be stored upright including casts, framed prints, paintings, glass, canvases, framed textiles, rolled textiles (stored horizontally).

They may be pull-out frames which are defined as: a framed rack of steel mesh on pull-out tracks, supported by structural steel-framed supports affixed to the reverse of the structure, and steel cross-beams at the top of the structure. These can be wall-mounted.

Or they may be static frames which are defined as: a framed rack of steel mesh on supporting steelwork, affixed to the supporting structure.
      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:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: Large & Heavy Objects & Pallet Racking Solutions       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      39151100 - Racking.
      39131100 - Archive shelving.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ11 Berkshire
      
      II.2.4) Description of procurement: For the purposes of this lot Large & Heavy Objects & Pallet Racking Solutions are defined as: storage solutions for large, heavy collection objects which require specialist equipment (e.g. a forklift or stacker) to be moved and heavy duty static (or mobile) support in storage. Objects defined as ‘heavy’ have a weight of over 75kg (under 75kg items addressed under Lot 2), either as individual objects (e.g. boxed canoes) or when stored collectively (e.g. multiple large casts on a pallet).

They may be either short span racking defined as: freestanding racking / shelving comprising a vertical upright frame, horizontal load beams to support stacking of pallets, and insertable metal shelf panels; with optional top canopy, flush rear and end panels.

Or they may be long span/pallet racking defined as: freestanding widespan racking / shelving comprising vertical upright frame, horizontal load beams to support stacking of pallets, and insertable metal shelf panels; with optional timber drop-in shelf panels, flush rear and end panels, and top canopy
      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:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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. 5
      
      II.2.1) Title: Bespoke Solutions       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45213221 - Warehouse stores construction work.
      39151100 - Racking.
      39131100 - Archive shelving.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKJ11 Berkshire
      
      II.2.4) Description of procurement: This lot is designed to cater for the commission of bespoke storage solutions to be determined at call-off stage which may be required by the British Museum. Due to the nature and breadth of the Museum’s collection, there may be objects the storage needs for which are not met by the five specified lots outlined above. It is therefore anticipated that the development of a unique provision to meet the unknown needs of a specific item or grouping within the collection will be required. No sample lot specification is available, as a result. However, the Museum’s overarching standards for storage systems outlined within this framework will apply.
      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:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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.2.2) 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: 25/09/2020 Time: 17:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/09/2020
         Time: 17:30
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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:-Warehouse-stores-construction-work./54D7CWPCHJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54D7CWPCHJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             The British Museum
       Great Russell Street, London, WC1B 3DG, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Chartered Institute of Arbitrators
          12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
          Internet address: http://www.ciarb.org
   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: 12/08/2020

Annex A


View any Notice Addenda

View Award Notice