Supply and Installation of Mannequins
National Army Museum — Building for the Future — Mannequins.
United Kingdom-London: Exhibition equipment
2016/S 047-077901
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
For the attention of: Ruth Cribb
SW3 4HT London
UNITED KINGDOM
Telephone: +44 2078812442
E-mail: rcribb@nam.ac.uk
Internet address(es):
General address of the contracting authority: http://www.nam.ac.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA30248
Electronic access to information: https://www.dropbox.com/sh/8mkb1u15xbyueaq/AAC9JEuGR3GTQCD7-DLcq_y5a?dl=0
Electronic submission of tenders and requests to participate: www.focus-consultants.com
Further information can be obtained from: Focus Consultants
88 Kingsway
For the attention of: Elizabeth Farr
WC2B 6AA London
UNITED KINGDOM
Telephone: +44 2076816114
E-mail: elizabeth.farr@focus-consultants.com
Internet address: http://www.focus-consultants.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Focus Consultants
UNITED KINGDOM
Internet address: https://www.dropbox.com/sh/8mkb1u15xbyueaq/AAC9JEuGR3GTQCD7-DLcq_y5a?dl=0
Tenders or requests to participate must be sent to: Focus Consultants 2010 LLP
88 Kingsway
For the attention of: Elizabeth Farr
WC2B 6AA London
UNITED KINGDOM
Telephone: +44 2076816114
E-mail: elizabeth.farr@focus-consultants.com
Internet address: http://www.focus-consultants.com
I.2)Type of the contracting authority
I.3)Main activity
Education
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
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)
II.1.5)Short description of the contract or purchase(s)
NAM is therefore inviting tenders from Mannequins Contractors to carry out the design, supply and installation of the mannequins required as part of the redevelopment. Please see the Tender Documents for more information.
The Mannequins Contractor must be able to demonstrate recent experience in design, supply and installation of Mannequins in Museum or similar environments. The Mannequins 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 Mannequins must be completed and installed by Autumn 2016. There will need to be careful coordination with the exhibition fit out contractor, the Hub.
Note that this is a voluntary notice for below-threshold services and does not, therefore, conform to OJEU timescales.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=171689
II.1.6)Common procurement vocabulary (CPV)
39154000, 92521100, 92521000, 92500000
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:
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.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As detailed in the tender documents.
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.
As detailed in the tender documents.
III.2.2)Economic and financial ability
(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
(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.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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: 16.3.2016 – 14:00
Place:
Focus Consultants, 88 Kingsway, London, WC2B 6AA
Section VI: Complementary information
VI.3)Additional information
(MT Ref:171689).
VI.5)Date of dispatch of this notice: