Supply of Storage Services to Royal College of Music
This contract is for the Supply of Specialised Storage Services for the Royal College of Music (RCM).
There are 2 lots.
United Kingdom-London: Storage and retrieval services
2016/S 061-104801
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal College of Music
Prince Consort Road
For the attention of: Ensemble Purchasing
SW7 2BS London
UNITED KINGDOM
Telephone: +44 2073072761
E-mail: ensemblepurchasing@lupc.ac.uk
Internet address(es):
General address of the contracting authority: www.rcm.ac.uk
Address of the buyer profile: www.rcm.ac.uk
Electronic access to information: https://lupc.bravosolution.co.uk
Electronic submission of tenders and requests to participate: https://lupc.bravosolution.co.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: 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)Description
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 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI1,UK,UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 120 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
There are 2 lots.
Lot 1 — Packing, Transport, Storage and Retrieval Services for the College Museum’s collection. RCM are seeking a supplier who will look after their collection whilst the College’s Museum is being demolished and rebuilt. The College will require access to the artefacts throughout the contract period to continue with conservation activities. Artefacts will need to be stored in a controlled environment and suppliers will need to have proven experience of handling valuable and fragile items.
Lot 2 — Library Special Collections Storage and Retrieval Service. The Library keeps some of it’s collection off-site, however will need to retrieve files from the collection on at least a weekly basis. RCM is looking for a supplier that can store the collection in controlled environmental condition and can offer this delivery and collection service.
RCM is open to awarding both lots to the same supplier or separate suppliers.
The procurement documentation can be accessed from https://lupc.bravosolution.co.uk
This tendering process is being run by Ensemble Purchasing on behalf of the Royal College of Music.
II.1.6)Common procurement vocabulary (CPV)
63121000, 92500000, 92510000
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.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 2 Lot title: Library Special Collections Storage and Delivery Service
1)Short description
2)Common procurement vocabulary (CPV)
63121000
5)Additional information about lots
Lot No: 1 Lot title: Packing, Transport, Storage and Retrieval Services for the College Museum’s collection
1)Short description
2)Common procurement vocabulary (CPV)
63121000
5)Additional information about lots
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
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: Suppliers Instructions: How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://lupc.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure); 2. Express an Interest in the Tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content — Click the ‘Express Interest’ button at the top of the page — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box; 3. Responding to the Tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in Invitation to Tender.
III.2.3)Technical capacity
As set out in Invitation to Tender.
Minimum level(s) of standards possibly required:
As set out in Invitation to Tender.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.5)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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The process seeks to select organisations offering the appropriate capability, capacity and competency. RCM reserves the right not to conclude any contracts, to change without notice the procedure for awarding contracts, to reject all or any bids for the contracts, to terminate discussions with all or any interested parties and/or to stop the process without any liability on its part.
All communications shall be in English (or a full translation provided at no cost to RCM). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
RCM does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between RCM and any party until a contract is executed between RCM and the selected providers.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: