Section one: Contracting authority
one.1) Name and addresses
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078878811
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Transport-agency-services./83944QM377
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tate Galleries - Art Transport Framework Agreement 2022
two.1.2) Main CPV code
- 63520000 - Transport agency services
two.1.3) Type of contract
Services
two.1.4) Short description
Tate requires contractors to provide for the packing, handling, and safe movement of exhibition loans from private and institutional lenders from within the UK and abroad to some, or all of Tate’s sites and to other venues in the UK and abroad (in the case of touring exhibitions) and to provide for the packing, handling, and safe movement of Tate Collection works from Tate sites to other venues in the UK and abroad (in the case of International Programme tours).
Contractors will be responsible for collection from the lender to delivery back to the lender at the end of the exhibition/exhibition tour. These services will require contractors who are skilled and have experience of dealing with the coordination, control, and management of the packing and transport of exhibitions comprising high value, delicate and environmentally sensitive works of art in a variety of media and from a wide range of source.
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The sub-lots 'routes' within Lot 2 may be awarded to the same bidder if they have the most marks following the culmination of the evaluation process.
two.2) Description
two.2.1) Title
Lot 1: Exhibition Transport
Lot No
1
two.2.2) Additional CPV code(s)
- 63521000 - Freight transport agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot requires the packing and safe movement of exhibition loans to some or all Tate sites and other tour venues, from lender to delivery back to lender at the end of the exhibition/exhibition tour.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
31 March 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Shuttle
Lot No
2
two.2.2) Additional CPV code(s)
- 63521000 - Freight transport agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This lot involves the packing and safe movement of Tate works and/or loans between some or all Tate sites, to include some or all of the following:
•Submission of full and detailed invoices for services provided.
•Making site visits in advance, if required
•Provision of any special equipment needed for the movement of Tate works and/or loans to Tate.
•Provision of ‘apparent defect reports’ or condition reports, when requested.
•Packing and casing of Works to either the lender’s specification, museum standard or Tate specification as per Tate’s instructions.
•Temporary consolidation/storage of Tate works and/or loans.
•Storage and movement of empty cases and/or accessories.
•Removal and disposal of empty cases.
•In accordance with Tate’s Carbon Management Programme, providing Tate with the mileage of each shipment by road, make/model of vehicle used and vehicle fuel type.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
31 March 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/83944QM377
two.2) Description
two.2.1) Title
Lot 3: International Programme
Lot No
3
two.2.2) Additional CPV code(s)
- 63521000 - Freight transport agency services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Co-ordination of the complete logistics package associated with exhibitions; from collection at Tate to return at the end of the exhibition (UK and International). This lot requires the packing and safe movement of Works from some or all Tate sites to tour venues and delivery back at the end of the exhibition
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
31 March 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
•£5m Employers’ Liability (Compulsory Insurance)*
•£5m Public Liability insurance (each and every loss)
•£1m Professional indemnity insurance
three.1.2) Economic and financial standing
List and brief description of selection criteria
Prompt Payment of Suppliers
Bidders should provide confirmation that they have systems in place to ensure that organisations in your supply chain are paid on time, including that you have procedures for resolving disputed invoices promptly and effectively and details about your payment performance, including the percentage of invoices paid within 60 days.
Liquidity Test (Acid Test)
(Current Assets – Stock) / Current Liabilities
From the latest 2 years accounts, the average result of the Test should be 0.8 or greater e.g. Y1 – 1.3, Y2 – 1.6 equals an average of 1.45.
Provision of accounts
Bidders should submit the latest 3 years audited accounts as an appropriately referenced appendix.
three.1.3) Technical and professional ability
List and brief description of selection criteria
•UK Government Indemnity scheme: General Security, Transport and Environmental, Food and Drink Conditions
•National Heritage Act 1980, section 16.
•https://www.artscouncil.org.uk/protecting-cultural-objects/government-indemnity-scheme#section-1
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The procurement for this iteration of the framework was unavoidably delayed, and so the framework is being established for 4.5 years to retain parity to Tate financial years.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 August 2022
Local time
12:05pm
Place
Virtually
Information about authorised persons and opening procedure
Declan McAlister - Head of Procurement
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This framework will also be open to members of the GLAM network who are made up of Galleries, Libraries, Archives and Museums based in the UK and are typically, though not always, DCMS members. GLAM members may choose to access the framework using the existing Lots however they will agree terms and specifications directly with the agents.
As of July 2022, the following bodies are GLAM members.
Arts Council
British Museum
British Library
Crown Estate
Historic Royal Palaces
Imperial War Museum
Kew Gardens
Liverpool Museums
London Stadium
Museum of London
National Gallery
National Portrait Gallery
National Archives
Natural History Museum
Refuge
Royal Museums Greenwich
Royal Academy of Art
Royal Albert Hall
Royal Opera House
Royal Household
Science Museum (NMSI)
Sport England
Tate Gallery
UK Sport
V&A
Zoological Society London
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Transport-agency-services./83944QM377
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83944QM377
GO Reference: GO-202271-PRO-20535129
six.4) Procedures for review
six.4.1) Review body
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Tate Gallery
20 John Islip Street
London
SW1P 4RG
Telephone
+44 2078212960
Country
United Kingdom