Contract notice

Information

Published

Date of dispatch of this notice: 07/06/2021

Expire date: 08/07/2021

External Reference: 2021-293916

TED Reference: 2021/S 112-293100

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
Contact person: Marian Regan
Telephone: +353 014020114
NUTS code:  IE061 -  Dublin
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=190274&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

Museum Exhibition Services for the 20th Century History of Ireland Galleries at Collins Barracks in two lots
II.1.2)

Main CPV code

92521100  -  Museum-exhibition services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Museum Exhibition Services for the 20th Century History of Ireland Galleries at Collins Barracks in two lots
Lot 1: Exhibition Project Management Services
Lot 2: Exhibition Design and Interpretative Planning
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
The Contracting Authority reserves the right to apply Reg. 46(6) of SI 284 of 2016, whereby Lots 1 and 2 may be awarded to the same tenderer.
II.2)

Description

II.2.1)

Title

Exhibition Project Management Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79956000  -  Fair and exhibition organisation services
92521000  -  Museum services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

NMI are seeking to engage a Project Manager to work on this project for a period of c2 and a half years, with an anticipated opening date of December 2023.
The project manager will be required to coordinate the activity of NMI, Office of Public Works (OPW) and other consultancies as engaged by NMI and OPW; such as Exhibition Design & Interpretative Planning, OPW in-house design team, OPW externally appointed design team members, OPW Direct Labour Contractors, OPW engaged external contractors, etc. The project manager will be expected to liaise with a wide number of NMI Departments, including Curatorial (primarily the Art & Industrial Division, and also the Irish Folklife Division), Conservation, Registration, Graphic Design, Photography, Education, Marketing, Finance, Corporate Affairs (legal & contracts), Facilities (including Security), ICT, Commercial Development and the Director’s office
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for a period of three years with the option to extend for a further two periods of one year, subject to a maximum duration of five years. 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.2.10)

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 documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 191635
II.2)

Description

II.2.1)

Title

Exhibition Design and Interpretative Planning
Lot No:  2
II.2.2)

Additional CPV code(s)

79956000  -  Fair and exhibition organisation services
92521000  -  Museum services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

NMI are seeking to engage exhibition design & interpretive planning services to work on this project for a period of c2 and a half years, with an anticipated opening date of December 2023.
Outline of services required.
• The winning tenderer will be required to design the exhibition and manage its execution within the required timeframe.
• The winning tenderer must take the National Museum of Ireland’s instructions throughout the period of the project.
• The winning tenderer must work on a collaborative basis with the Museum project team and any others who may be appointed to or assigned to the project by the Museum in order to bring the project through to completion.
• Exhibition build will be completed by commercial contractors appointed by NMI in a separate tender process. Oversight on standards and building issues will involve input, via NMI, from the Office of Public Works. The winning tenderer will be required to manage the relationship with the contractors to ensure build completed to plan and schedule.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for a period of three years with the option to extend for a further two periods of one year, subject to a maximum duration of five years. 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.2.10)

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 documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 191635

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 procurement documents available to download from www.etenders.gov.ie using RFT ID 191635.
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 procurement documents available to download from www.etenders.gov.ie using RFT ID 191635.
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:  08/07/2021
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:191635) 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
12) The Contracting Authority reserves the right to apply Reg. 46(6) of SI 284 of 2016, whereby Lots 1 and 2 may be awarded to the same tenderer.
13) The subject matter of this framework agreement is a Title III service, the establishment of the framework is not fully subject to the provisions of Directive 2014/24/EC with regards to the choice of procedure. Therefore, the Contracting Authority is employing a Single Stage Procedure involving Negotiation in order to establish this framework.
14) The Contracting Authority reserves the right to enter negotiations with some or all tenderers who submit a valid responsive tender. Negotiations may be held on all aspects of the service under each of the published Award Criteria. The Contracting Authority also reserves the right to award the contract directly following receipt of initial tenders without recourse to negotiations with individual tenderers
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE

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