Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall
London
EC2P 2EJ
Loredana.Sandu@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://www.capitalesourcing.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the provision of Art Transportation Services
Reference number
prj_COL_24698
two.1.2) Main CPV code
- 63100000 - Cargo handling and storage services
two.1.3) Type of contract
Services
two.1.4) Short description
The Barbican Centre (on behalf of the City of London Corporation) wishes to procure a multi-supplier framework agreement for art transportation services to cover its requirements domestically and internationally.
The framework agreement shall be utilised to award work for the packing and transport of fine art, objects, storage of works, entire exhibitions and exhibition fixtures and fittings from Barbican Sites; to and/or from any site at which an exhibition is taking place and to and/or from the premises of any owner/lender of a work.
Other departments of the City of London Corporation will also have the ability to utilise the framework agreement for the provision of any or all, of the requirements which are the same as or similar to those services specified in the procurement documents.
Further information for this opportunity can be found in II.2.4) description of the procurement field (of this notice) as well as the tender documents.
The bidders will be required to complete a Non-Disclosure Agreement before being given access to confidential information, regarding Annex 2 (Forward Plan: Programme of Exhibitions and Tours), Lot specific Exhibition Lists and Scenario Briefs, as well as Pricing Sheets (Scenario Project) relating to the tender.
The Framework agreement term is 4 years.
two.1.5) Estimated total value
Value excluding VAT: £3,800,000
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: 4
two.2) Description
two.2.1) Title
Lot No
Lot 1: UK
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 92521100 - Museum-exhibition services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI - London
Main site or place of performance
UK and London
two.2.4) Description of the procurement
Packing and transport of fine art, objects, storage of works, entire exhibitions and exhibition fixtures and fittings from Barbican Sites; to and/or from any site at which an exhibition is taking place and, to and/or from the premises of any owner/lender of a work within the UK.
In addition the Barbican Centre may require the provision of other services such as technical assistance, project management and technical advice for projects to be delivered in the UK.
The estimated total value of the framework agreement is stated in II.1.5) of this notice and is for the entire duration, including the call-off contracts.
There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any or all, of the requirements which are the same as or similar to those Services specified under the established framework agreement.
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
Lot No
Lot 2: UK and Europe
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 92521100 - Museum-exhibition services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI - London
Main site or place of performance
UK, London and Europe
two.2.4) Description of the procurement
Packing and transport of fine art, objects, storage of works, entire exhibitions and exhibition fixtures and fittings from Barbican Sites; to and/or from any site at which an exhibition is taking place and, to and/or from the premises of any owner/lender of a work within the UK and Europe.
In addition the Barbican Centre may require the provision of other services such as technical assistance, project management and technical advice for projects to be delivered in the UK and Europe.
The estimated total value of the framework agreement is stated in II.1.5) of this notice and is for the entire duration, including call-off contracts.
There will be no form of exclusivity or volume that is guaranteed under the resultant framework agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any or all, of the requirements which are the same as or similar to those services specified under the established framework agreement.
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
Lot No
Lot 3: UK, Europe, North America, Australia, New Zealand and Japan
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60400000 - Air transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 92521100 - Museum-exhibition services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI - London
Main site or place of performance
UK and London.
two.2.4) Description of the procurement
Packing and transport of fine art, objects, storage of works, entire exhibitions and exhibition fixtures and fittings from Barbican Sites; to and/or from any site at which an exhibition is taking place and, to and/or from the premises of any owner/lender of a work within UK, Europe, North America, Australia, New Zealand and Japan. Transport could be by air, sea and / or road.
In addition, the Barbican Centre may require the provision of other services such as technical assistance, project management and technical advice for projects to be delivered in these areas.
The estimated total value of the framework agreement is stated in II.1.5) of this notice and is for the entire duration, including call-off contracts.
There will be no form of exclusivity or volume that is guaranteed under the resultant framework agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any or all, of the requirements which are the same as or similar to those services specified under the established framework agreement.
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
Lot No
Lot 4: Worldwide
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60400000 - Air transport services
- 63100000 - Cargo handling and storage services
- 63110000 - Cargo handling services
- 92521100 - Museum-exhibition services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKI - London
Main site or place of performance
UK and London.
two.2.4) Description of the procurement
Packing and transport of fine art, objects, storage of works, entire exhibitions and exhibition fixtures and fittings from Barbican Sites; to and/or from any site at which an exhibition is taking place and, to and/or from the premises of any owner/lender of a work worldwide. Transport could be by air, sea and / or road.
In addition the Barbican Centre may require the provision of other services such as technical assistance, project management and technical advice for projects to be delivered in these areas.
The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the entire duration, including call-off contracts.
There will be no form of exclusivity or volume that is guaranteed under the resultant framework agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any or all, of the requirements which are the same as or similar to those services specified under the established framework agreement.
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.1.8) 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
21 February 2025
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 February 2025
Local time
12:00pm
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 procurement process is being undertaken using the electronic tendering system ‘Capital eSourcing’ (url:www.capitalesourcing.com).
The procurement is a one stage process (Open procedure); therefore, suppliers will need to register an interest on the system for project prj_COL_24698 and submit a tender submission before the deadline in order to participate and registration is free. Tender submissions cannot be uploaded after the return deadline.
The estimated total value given at II.1.5) is for the full duration of the framework agreement. The estimated annual value of the framework agreement, across the four lots, is approximately GBP 950 000 ex VAT.
Each successful bidder will be required to execute a formal framework agreement with the contracting authority which embodies the terms of all the tender documents. The framework agreement will be executed as a deed and prepared by the comptroller and city solicitor. The successful bidders will be required to execute the formal framework agreement prior to the commencement date.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award framework agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a framework agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time-limits as defined in the above regulations. Where a framework agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the court has the options to award damages and/or to shorten or order the framework agreement ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom