Tender

Tate Galleries - Art Transport Framework Agreement 2022

  • Tate Gallery

F02: Contract notice

Notice identifier: 2022/S 000-018159

Procurement identifier (OCID): ocds-h6vhtk-034d97

Published 4 July 2022, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

Tate Gallery

20 John Islip Street

London

SW1P 4RG

Email

declan.mcalister@tate.org.uk

Telephone

+44 2078878811

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.tate.org.uk

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