The National Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Hard Facilities Maintenance at the National Gallery and National Portrait Gallery |
Notice type: | Contract Notice |
Authority: | The National Gallery |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Galleries are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries. The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024. It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure. The five year contract values are estimated as: National Gallery ~£12million National Portrait Gallery ~£3.5million Figures below are for the maximum 7 year period for both Galleries |
Published: | 06/09/2023 13:53 |
View Full Notice
UK-London: Repair and maintenance services of building installations.
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the National Gallery
The National Gallery, Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475810, Email: contracting@ng-london.org.uk
Main Address: www.nationalgallery.org.uk
NUTS Code: UKI32
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Hard Facilities Maintenance at the National Gallery and National Portrait Gallery
Reference Number: Not provided
II.1.2) Main CPV Code:
50700000 - Repair and maintenance services of building installations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Galleries are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries.
The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024.
It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure.
The five year contract values are estimated as:
National Gallery ~£12million
National Portrait Gallery ~£3.5million
Figures below are for the maximum 7 year period for both Galleries
II.1.5) Estimated total value:
Value excluding VAT: 23,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI32 Westminster
II.2.4) Description of procurement: The National Gallery and National Portrait Gallery are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries.
The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024.
It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure.
The key factors for successful delivery of this contract are:
•Technical engineering excellence to maintain correct environmental conditions across the galleries at all times to maintain the Collections.
•Supporting an exceptional visitor experience, with particular attention to safety and comfort
•Understanding the requirements, needs and preferences of a prestigious culture/heritage or similar institution.
•Understanding the challenges and constraints of a public body
•Able to operate in an environment with high footfall and long opening hours (including evening and out-of-hours events)
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: 23,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/02/2024 / End: 31/01/2031
This contract is subject to renewal: Yes
Description of renewals: on expiry
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3GMK4HE9PV
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/10/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: on expiry or termination of the contract
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3GMK4HE9PV
VI.4) Procedures for review
VI.4.1) Review body:
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Internet address: www.nationalgallery.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/09/2023
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
National Portrait Gallery
St Martin's Place, London, WC2H 0HE, United Kingdom
Email: tyoung@npg.org.uk
Main Address: www.npg.org.uk
NUTS Code: UKI32
Section I: Contracting Authority
I.1) Name and addresses
The Board of Trustees of the National Gallery
The National Gallery, Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475810, Email: contracting@ng-london.org.uk
Main Address: www.nationalgallery.org.uk
NUTS Code: UKI32
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Hard Facilities Maintenance at the National Gallery and National Portrait Gallery
Reference Number: Not provided
II.1.2) Main CPV Code:
50700000 - Repair and maintenance services of building installations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Galleries are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries.
The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024.
It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure.
The five year contract values are estimated as:
National Gallery ~£12million
National Portrait Gallery ~£3.5million
Figures below are for the maximum 7 year period for both Galleries
II.1.5) Estimated total value:
Value excluding VAT: 23,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI32 Westminster
II.2.4) Description of procurement: The National Gallery and National Portrait Gallery are seeking a company that can work in collaboration with their in-house Estates and Facilities Management teams and other service partners to support the operation of our respective Galleries.
The contract will cover all Hard/Technical/Fabric FM services to the respective institutions. The contract duration will be 5 years, with the option of two further +1 year extensions. Services are to commence in early February 2024.
It is envisaged that a single service provider will be appointed by both organisations, operating two separate contracts beneath a single management structure.
The key factors for successful delivery of this contract are:
•Technical engineering excellence to maintain correct environmental conditions across the galleries at all times to maintain the Collections.
•Supporting an exceptional visitor experience, with particular attention to safety and comfort
•Understanding the requirements, needs and preferences of a prestigious culture/heritage or similar institution.
•Understanding the challenges and constraints of a public body
•Able to operate in an environment with high footfall and long opening hours (including evening and out-of-hours events)
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: 23,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/02/2024 / End: 31/01/2031
This contract is subject to renewal: Yes
Description of renewals: on expiry
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3GMK4HE9PV
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/10/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: on expiry or termination of the contract
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-building-installations./3GMK4HE9PV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3GMK4HE9PV
VI.4) Procedures for review
VI.4.1) Review body:
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Internet address: www.nationalgallery.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/09/2023
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
National Portrait Gallery
St Martin's Place, London, WC2H 0HE, United Kingdom
Email: tyoung@npg.org.uk
Main Address: www.npg.org.uk
NUTS Code: UKI32