Exhibition Designer Tender
Unlocking the Geffrye Project – Exhibition Designer for the Geffrye Museum of the Home.
United Kingdom-London: Museum-exhibition services
2015/S 237-430602
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Geffrye Museum Trust
136 Kingsland Road
Contact point(s): Gardiner and Theobald
For the attention of: Louise Hansen
E2 8EA London
UNITED KINGDOM
Telephone: +44 2072093000
E-mail: l.hansen@gardiner.com
Internet address(es):
General address of the contracting authority: http://www.gardiner.com
Address of the buyer profile: http://www.geffrye-museum.org.uk/
Electronic access to information: http://www.geffrye-museum.org.uk/aboutus/unlocking-the-geffrye/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 26: Recreational, cultural and sporting services
Main site or location of works, place of delivery or of performance: 136 Kingsland Rd, Londo, E2 8EA, United Kingdom.
NUTS code UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The gallery will be located on the lower ground floor of the Grade I listed 18th Centuary almshouses the museum occupies and will be approximately 200 m2. The exhibition designer will develop the design for the gallery through to installation and completion in 2019; the process will be collaborative, working mainly with the Collections, Learning and Engagement team and with our audiences through various audience panels.
II.1.6)Common procurement vocabulary (CPV)
92521100, 92521000, 92522200, 92521200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 30 000 and 50 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: Additional information and Pre-Qualification Questionnaire will be available from the Contact Point indicated on this notice.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: 1.Name of Banker;
2.Main address and contact details;
3.Companies turnover in the last 3 financial years;
4. Enclose 2 full sets of audited account;
5.Provide the company’s VAT, or equivalent registration number;
6 Copies of certificates for Professional Indemnity, Public Liability and Employer’s Liability insurances. Certificates should indicate the insurer, policy number, extent of cover and period covered. Public Indemnity — 5 000 000 GDP;
Public Liability Insurance — 5 000 000 GDP;
Employer’s Liability insurances — 5 000 000 GDP.
III.2.3)Technical capacity
Information will be contained within the Pre-Qualification Questionnaire and includes the following: Applicants to provide evidence of project where applicant has provided exhibition design services for:
1. Projects with a construction value of more than 100 000 GDP or above;
2. Museums and gallery projects or other buildings with high specification environments;
3. Working historic environments such as listed buildings;
4. Any recognition or awards for work on similar schemes on a national level / international level.
Minimum level(s) of standards possibly required:
Key personnel to be involved including qualifications, relevant experience, proposed role and evidence of how their skills will be utilised to achieve project objectives (5 pages max).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Qualifications and financial background as per III.2) Conditions for participation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
— Overall award criteria, characteristics and relative benefits of successful tender. Any area where the applicant did not meet the technical specification. The precise deadline for the end of the standstill period. Any concerns should be raised within 10 days from electronic dispatch of notice to raise appeals. Public Contracts Regulations 2015 and the Freedom of Information Act 2000 applies.
VI.5)Date of dispatch of this notice: