CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
National Army Museum |
Royal Hospital Road, Chelsea |
London |
SW3 4HT |
UK |
Genevieve Adkins |
+44 2078812491 |
gadkins@nam.ac.uk |
|
http://www.nam.ac.uk
http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA30248
https://www.dropbox.com/sh/gy63jo49rdmpogi/AACQgK7xrOiN8WJue-4nqZSVa?dl=0
www.focus-consultants.com
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
National Museum |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityNational Army Museum — Building for the Future — Mount Making. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
National Army Museum, Royal Hospital Road, Chelsea, London, SW3 4HT, United Kingdom.
UKI11 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
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 http://www.myTenders.org/Search/Search_Switch.aspx?ID=168152
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
39154000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeAs detailed in the Invitation to Tender. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 22-02-2016 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 Terms of financing and payment and/or reference to the relevant provisions
As detailed in the tender documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
As detailed in the tender documents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
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
(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 capacity
(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.
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.
As detailed in the tender documents.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
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
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
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 or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
28-01-2016
14:00 Focus Consultants, 88 Kingsway, London, WC2B 6AA.
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
N/a (MT Ref: 168152).
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 24-12-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Focus Consultants |
88 Kingsway |
London |
WC2B 6AA |
UK |
Joanna Watson |
+44 2076816114 |
joanna.watson@focus-consultants.com |
|
http://www.focus-consultants.com |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Focus Consultants |
|
|
|
UK |
|
|
|
|
https://www.dropbox.com/sh/gy63jo49rdmpogi/AACQgK7xrOiN8WJue-4nqZSVa?dl=0 |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Focus Consultants 2010 LLP |
88 Kingsway |
London |
WC2B 6AA |
UK |
Joanna Watson |
+44 2076816114 |
joanna.watson@focus-consultants.com |
|
http://www.focus-consultants.com |
|