Contract notice

Information

Published

Date of dispatch of this notice: 30/04/2020

Expire date: 02/06/2020

External Reference: 2020-241282

TED Reference: 2020/S 087-207778

Contract notice

Contract notice

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.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=165837&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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 requires 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 will involve 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.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
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

NMI requires 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 will involve 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.
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

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for a period of 4 years, with the option to extend for one (1) year, to a maximum of five (5) years, subject to satisfactory performance, business needs and budgetary constraints. The Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1
Objective criteria for choosing the limited number of candidates:
As the subject matter of the framework is a Title III service within the meaning of Directive 2014/24/EU, NMI are employing a single stage procedure involving negotiation. NMI reserves the right to award contracts on foot of the original tender or to invite some or all tenderers into a clarification and/or negotiation round, solely at their discretion.
II.2.10)

Information about variants

Variants will be accepted: no
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
II.2.14)

Additional information

Please consult the associated procurement documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 168599

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in the procurement documentation available to to download from www.etenders.gov.ie using RFT ID 168599
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the procurement documentation available to to download from www.etenders.gov.ie using RFT ID 168599
III.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 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
Framework agreement with a single operator
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/06/2020
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:168599) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
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