Provide Museum Exhibition Transport Services
The National Museums Scotland (NMS) wish to appoint a main contractor to carry out specialist museum shipping for the Celts exhibition, 10 March — 25 September 2016.
United Kingdom-Edinburgh: Museum-exhibition services
2015/S 182-330245
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Museums of Scotland
Chambers Street
Contact point(s): Collection Services
For the attention of: Lucy Malcolm Clark
EH1 1JF Edinburgh
UNITED KINGDOM
Telephone: +44 3001236789
Internet address(es):
General address of the contracting authority: http://www.nms.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00423
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
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: National Museums of Scotland
Chambers Street
Contact point(s): Collection Services
For the attention of: Lucy Malcolm Clark
EH1 1JF Edinburgh
UNITED KINGDOM
Telephone: +44 1312474297
E-mail: l.clark@nms.ac.uk
Internet address: http://www.nms.ac.uk/
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 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: Edinburgh.
NUTS code UKM25
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 works comprise the coordination of packing and transport for loans to the exhibition, including provision of specialist museum packing and crating; handling; secure storage; transport and logistics; airport supervision and services; customs; couriers (travel, accommodation and subsistence); communication and liaison.
The contractor must be a fine art transport agent with demonstrated experience of managing similar large-scale museum projects. It is a mandatory requirement that the contractor complies with UK Government Indemnity Scheme conditions, has Known Consignor status and security clearance and airside access to oversee loading and unloading of airfreight consignments.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=413691
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
92521100
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:
Estimated value excluding VAT: 140 000 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:
Commitment to purchase will be made only through the receipt of a properly authorised National Museums Scotland purchase order.
All invoices for approved services will be paid in arrears within 30 days of invoice.
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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.
III.2.2)Economic and financial ability
(2) 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.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) 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.
(2) 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.
(3) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(4) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(5) 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.
Minimum level(s) of standards possibly required:
Evidence of how the contractor and sub-contractors ensure compliance with UK Government Indemnity Scheme conditions.
Evidence of Known Consignor status and compliance with required security criteria for Known Consignors as described in Regulation (EC) No 300/2008 of the European Parliament and of the Council on common rules in the field of civil aviation security and its implementing acts.
Evidence of security clearance and airside access for UK airports.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 30
2. Price. Weighting 25
3. Project delivery and management. Weighting 20
4. Evidence of similar work. Weighting 15
5. Experience. Weighting 10
IV.2.2)Information about electronic auction
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 26.10.2015 – 14:00
Place:
National Museum of Scotland, Chambers Street, Edinburgh, EH1 1JF, UK.
Section VI: Complementary information
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: