
Market Leads & Opportunities
United Kingdom-London: Exhibition equipment
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2015/S 251-460087/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
National Army Museum
Royal Hospital Road, Chelsea
London
Postal code: SW3 4HT
United Kingdom
For the attention of: Genevieve Adkins
Phone: +44 2078812491
Email: gadkins@nam.ac.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate: www.focus-consultants.com
Further information can be obtained from: Focus Consultants
88 Kingsway
London
Postal code: WC2B 6AA
United Kingdom
For the attention of: Joanna Watson
Phone: +44 2076816114
Email: joanna.watson@focus-consultants.com
Internet address:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Focus Consultants
United Kingdom
Internet address:
Tenders or requests to participate must be sent to: Focus Consultants 2010 LLP
88 Kingsway
London
Postal code: WC2B 6AA
United Kingdom
For the attention of: Joanna Watson
Phone: +44 2076816114
Email: joanna.watson@focus-consultants.com
Internet address:
I.2) Type of the contracting authority:
OTHER: National Museum
I.3) Main activity: Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
National Army Museum — Building for the Future — Mount Making.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: National Army Museum, Royal Hospital Road, Chelsea, London, SW3 4HT, United Kingdom.
Nuts code: UKI11
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
The National Army Museum (NAM) is undergoing a substantial redevelopment through the Building for the Future project. As part of this, five new galleries will be created plus an introductory area and various display opportunities throughout the building.
NAM is therefore inviting tenders from Mount Making Contractors to carry out the design, creation and installation of the mounts required as part of the redevelopment. We note that the mannequins and ‘big and heavy’ object mounts are being procured separately.
Please see the Tender Documents for more information.
The Mount Making Contractor must be able to demonstrate recent experience in design, production and installation of Mounts in Museum or similar environments. The Mount Making Contractor will need to be able to share the NAM and the Design Team’s vision which will transform the spaces into ideal locations to display a diverse range of NAM’s collections combining sensitivity to the building and the collections with an imaginative, sustainable, collaborative and transformative approach.
The Exhibition Designer for the project is Event Communications and the Project Manager and Quantity Surveyor is Focus Consultants.
The new National Army Museum is due to open towards the end of 2016 and therefore all Mounts must be completed and installed by Autumn 2016. There will need to be careful coordination with the exhibition fit out contractor, the Hub.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at
II.1.6) Common procurement vocabulary (CPV): 39154000, 92521100, 92521000, 92500000, 79930000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
As detailed in the Invitation to Tender.
II.2.2) Information about options:
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:
Starting 22.02.2016Completion 18.11.2016
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
As detailed in the Invitation to Tender Documentation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documents.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the tender documents.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As detailed in the tender documents.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(5) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(8) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
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: YES
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
IV.3.2) Previous publication(s) concerning the same contract:
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4) Time limit for receipt of tenders or requests to participate:
28.01.2016 – 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 28.01.2016 – 14:00
Place: Focus Consultants, 88 Kingsway, London, WC2B 6AA.
Section VI: Complementary information
VI.3) Additional information
N/a (MT Ref: 168152).
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
24.12.2015
More Opportunties
- United Kingdom-Eastleigh: Netley Gym Refurbishment
14 May 25
The supply and fitting of gym matting. - Heavy duty control & restraint mats on the floor that cover 315sqm. - Fully padded walls of the gymnasium - 71m of wall.> > - United Kingdom-London: Direct award of a Technical Support and Spares Supply Agreement for Class 701 rolling stock
14 May 25
Direct award of a 5 year contract (Technical Support and Spares Supply Agreement) for the provision of training, technical support and supply of spares in relation to the contracting authority's 60 x 10 car units and 30 x 5 car units of Class 701 rolling> > - United Kingdom-London: Direct award of a Lease for Class 444/450 rolling stock
14 May 25
Intention to directly award a contract of between 3 to 5 years in duration (which remains subject to settlement of commercial terms) for the leasing of 45 x 5 car units of Class 444 rolling stock and 127 x 4 car units of Class 450 rolling stock and rela> >