Design and Supply of Demountable Case.
Contract notice
Supplies
Section I: Contracting authority
Victoria and Albert Museum
Cromwell Road
SW7 2RL Kensington
UNITED KINGDOM
Telephone: +44 2079422924
E-mail:
Internet address(es):
General address of the contracting authority: http://www.vam.ac.uk
Electronic access to information: https://www.delta-esourcing.com/respond/9JV6698Z6M
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/respond/9JV6698Z6M
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Dundee City Council
21 City Square
DD1 3BY Dundee
UNITED KINGDOM
Section II: Object of the contract
Purchase
NUTS code UKI11
The initial procurement will comprise a suite of 17 cases, of 2 types, and the storage system, with the option to procure further cases over a period of 5 years following contract agreement (please refer to details in Volume 3). This is to allow review of function and requirements, and to include possible procurement for V&A; Dundee, due to open Summer 2018. In order to evaluate the company's ability to fulfil the contract, shortlisted tenderers will be required to transport an example demountable case (not a prototype) to the V&A; South Kensington and demonstrate its assembly and functions.
39154000, 39150000, 45212313, 79934000
Description of these options: Option for the V&A; to procure further cases and/or storage systems;
Option for V&A; Dundee to procure further cases and/or storage systems.
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Information and formalities necessary for evaluating if requirements are met are set out in the Pre-Qualification Questionnaire.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: Applicants will be required to demonstrate a turnover of 500 000 GBP (twice the estimated value of the initial purchase) in the most recent year of accounts, or as an average across the most recent 2 years. Additional requirements are set out in the Pre-Qualification Questionnaire.
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
As set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire.
Payable documents: no
Section VI: Complementary information
Documents are not payable, but the Invitation to Tender will only be released to those Applicants that complete and submit a signed Non-Disclosure Agreement. Full details are included in the Pre-Qualification Questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Exhibition-equipment./9JV6698Z6M
To respond to this opportunity, please click here:https://www.delta-esourcing.com/respond/9JV6698Z6M
GO Reference: GO-20151023-PRO-7231863.Victoria and Albert Museum
Cromwell Road
SW7 2RL Kensington
UNITED KINGDOM
Telephone: +44 2079422924