Contract award notice

Information

Published

Date of dispatch of this notice: 05/02/2021

External Reference: 2021-247359

TED Reference: 2021/S 028-069676

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Museum of Ireland
N/A
Collins Barracks
Dublin 7
Benburb Street
IE
Telephone: +353 014020114
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Art Handling Single Party Framework
II.1.2)

Main CPV code

92521000  -  Museum services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NMI required art handling services to assist with the specialist handling of certain museum object, archive and library collections with very particular requirements for care and handling. Primarily this involves the handling, packing, stabilisation and, in some cases, transport of collections that require care from trained personnel. If transport is involved, this may be within NMI sites, between NMI sites, offsite to non-NMI locations or returning from the same. Occasionally this might include international transport/haulage. In some instances, this may include assisting NMI staff with this work, in other cases, it may include being supervised by NMI staff while carrying out all aspects of this task.
Please see procurement documentation for further information
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  1000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

92312000  -  Artistic services
92320000  -  Arts-facility operation services
92500000  -  Library, archives, museums and other cultural services
92520000  -  Museum services and preservation services of historical sites and buildings
92521100  -  Museum-exhibition services
II.2.4)

Description of the procurement

Requirements for each work package will be defined on a case-by-case basis. In some cases, this may include supplying crates, boxes, packing supplies, sometimes custom-made and lifting or moving equipment. It will also include the completion of risk assessments for every new working environment and situation, to ensure the Framework supplier staff, NMI staff, general public, collections and non-collection objects are safe before movement takes place. All framework supplier staff will be supervised by NMI staff when working on site and accompanied by NMI staff when collections are leaving or returning to the NMI.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Understanding of the Requirements and Proposed Service Delivery Methodology  /  Weighting:  35%
Quality criterion  -  Name:  Technical Merit of the Team  /  Weighting:  35%
Quality criterion  -  Name:  Fitness for purpose of proposed vehicles, equipment and on-going maintenance and replacement schedules  /  Weighting:  5%
Quality criterion  -  Name:  Contract Management & Service Level Agreement  /  Weighting:  5%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20%
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 087-207778

Section V: Award of contract

Contract No: 1

Title: Art Handling Single Party Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

20/08/2020
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Maurice Ward and Company Limited
Unit J 10, Swords Business Park
Swords
K67 W973
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1000000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE