Section one: Contracting authority
one.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, South Kensington
London
SW7 2RL
Telephone
+44 2079422229
Country
United Kingdom
Region code
UKI3 - Inner London – West
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fine Art, Object Packing, Storage and Transportation Services
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Services in the UK, including GIS approved Storage
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
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
The V&A is seeking to put in place non-exclusive, non-binding framework agreements with a number of transport companies for the packing and transport of fine art, objects, entire exhibitions and exhibition fixtures and fittings. The agreements will also include provision of other services such as technical assistance, project management and technical advice, insurance and fine art storage facilities. The period of the framework agreement will be 4 years.
During the contract term, the V&A intends to mount and travel a number of large, medium and small sized exhibitions. Many of the exhibitions are expected to tour to multiple venues in the UK and worldwide.
The exhibitions could consist of for example paintings, sculptures, works on paper, artists’ installations, furniture, textiles and costume, ceramics, glass, jewellery and other metalwork, books, ephemera, major architectural elements, toys and games, contemporary decorative and design pieces, and videos and films: objects will belong to the V&A but also to private and public collections throughout the world.
This framework agreement will also cover the tour of exhibitions of the V&A collection objects that will not be shown at the V&A, but will tour to several venues in the UK and abroad and non-exhibition specific packing and transport requirements. Please note that the V&A will increasingly require Contractors to invoice tour venues directly for services. For example, where there are costs that as part of the tour are agreed as shared costs Contractors will be asked to bill venues the appropriate share directly.
In addition, the Framework Agreement may be used for other fine art transportation requirements by the V&A
Lot 1 is to provide fine art and object packing & transportation services and occasional storage in GIS (Government Indemnity Scheme) approved storage facilities within the UK.
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
Duration in months
48
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/829XR4E85J
two.2) Description
two.2.1) Title
Services in the UK and European Union
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
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
As Lot 1, but including the European Union
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
Duration in months
48
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
Services in North America, Australia, New Zealand & Japan
Lot No
3
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
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
As Lot 1, but for North America, Australia, New Zealand & Japan
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
Duration in months
48
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
Services in the Rest of the World (excluding Lots 1-3)
Lot No
4
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
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
As Lot 1, but for the Rest of the World (excluding Lots 1-3)
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
Duration in months
48
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
four.1.6) Information about electronic auction
An electronic auction will be used
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
Originally published as:
Date
11 November 2022
Local time
12:00pm
Changed to:
Date
21 November 2022
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 November 2022
Local time
12:30pm
Place
Electronically
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/829XR4E85J
GO Reference: GO-20221010-PRO-21110011
six.4) Procedures for review
six.4.1) Review body
Victoria and Albert Museum
Cromwell Road
Kensington
SW7 2RL
Telephone
+44 2079422229
Country
United Kingdom