Scope
Reference
RBGKEW1418
Description
The purpose of this procurement exercise is to develop a Framework of Suppliers that work with Kew Gardens and Wakehurst to deliver and contribute to our creative vision for our programmes.
A Framework is essentially a list of ranked suppliers. Suppliers are ranked according to the scores awarded by RBG Kew's evaluation panel during this procurement process and are awarded according to the Evaluation Criteria - as detailed in Part 1: ITT. The Evaluation Criteria is the methodology showing what percentage of the overall score can be awarded for each element of Supplier tender submissions.
The goal of the procurement exercise is that we will have two lists of Suppliers (one for each Lot: Design & Fabricate; and Theatrical Performance) and we would like to see up to five Suppliers on each list.
This procurement comprises two Lots:
Lot 1: Design & Fabricate - We will expect the Supplier to respond creatively to the Brief and use their design and inventive problem-solving expertise to develop playful, inviting, unique, innovative and aesthetically sensitive responses, and to then manufacture, install, maintain and deinstall all programme deliverables, as well as undertake all associated project management.
Lot 2: Theatrical Performance - We will expect the Supplier to respond creatively to the Creative Brief and use their design and theatrical skills to develop imaginative, immersive and participatory theatrical programming together with the project management, design, install, maintenance and deinstallation of sets, stages, props and costumes to creatively cast and stage the performances within Kew landscapes.
Commercial tool
Establishes a framework
Total value (estimated)
- £1,500,000 excluding VAT
- £1,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 August 2025 to 30 August 2027
- Possible extension to 30 August 2029
- 4 years
Description of possible extension:
One extension option of up to 2 years
Main procurement category
Services
Contract locations
- UKI - London
- UKJ - South East (England)
Lot constraints
Description of how multiple lots may be awarded:
Both Lots will be evaluated separately. The top 5 scoring suppliers in each lot (using the published award criteria in this notice and the associated ITT documents ) will be awarded to contract and appointed to the framework.
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1 (was RBGKEW1418). Design & Fabricate
Description
We will expect the Supplier to respond creatively to the Brief and use their design and inventive problem-solving expertise to develop playful, inviting, unique, innovative and aesthetically sensitive responses, and to then manufacture, install, maintain and deinstall all programme deliverables, as well as undertake all associated project management.
Projects will include all or a combination of the following:
·Interactive installations
·Stand-alone vignettes
·Set dressing
·Props
·Wayfinding
·Interpretation panels
Full detailed specification provided in Part 2:specification and associated appendices
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 79952000 - Event services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot Lot 2. Theatrical Performance
Description
We will expect the Supplier to respond creatively to the Brief and use their design and theatrical skills to develop imaginative, immersive and participatory theatrical programming together with the project management, design, install, maintenance and deinstallation of sets, stages, props and costumes to creatively cast and stage the performances within Kew landscapes.
Depending on the programme, the Creative Brief may be for any or all of the following programme deliverables (these lists are not exhaustive):
·Narrative and script development
·Experience development
·Stage sets
·Installations
·Props
·Costumes
·Music and choreography
·Cast
Lot value (estimated)
- £500,000 excluding VAT
- £600,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 79952000 - Event services
- 92312100 - Theatrical producers', singer groups', bands' and orchestras' entertainment services
- 92312110 - Theatrical producer entertainment services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
10
Maximum percentage fee charged to suppliers
0%
Framework operation description
Framework Call off procedures
During the lifetime of the Contract, RBG Kew may call-off from this framework agreement in two different ways.
Option 1: Ranked direct award
Option 2: Further competition between all suppliers on the framework
The option chosen will depend upon the individual requirements of each programme.
Option 1: Direct Award
Direct Award to the top ranked Supplier. The ranking of the Suppliers is determined through the Framework Agreement ITT process.
Process
1. RBG Kew draft a Creative Brief and issue it to the top ranked supplier.
2. Supplier reviews the Creative Brief and provides a response in the required timescales in accordance with the method detailed in the Creative Brief
3. If the Supplier is unable to provide a response for any of the following reasons:
• They do not have capacity to undertake the work; or
• Cannot respond within the required timescales as detailed in the Brief; or
• There are other relevant issues such as conflict of interest.
the second ranked supplier should be appointed. If the second ranked supplier cannot meet the need, the third ranked supplier should be approached. This process is repeated until a supplier can meet the requirements.
4. The relevant Supplier responds to the Creative Brief as per the method outlined in the documentation.
5. An Order (Call Off Contract) will be placed after RBG Kew has discussed its specific requirements with the Supplier and agreement has been reached as to timescales, methodology/approach, specific service requirements, key milestones and performance indicators to be met. The Standard Terms and Conditions of any call-off contract shall be as those stated in the Framework Agreement Contract
Option 2: Further Competition.
Further competition between all suppliers on the framework.
Process
1. RBG Kew to draft a Creative Brief and further competition documentation and issue to all suppliers
2. Suppliers to respond as per the method outlined in the further competition documentation
3. RBG Kew assess responses using the evaluation criteria below
4. RBG Kew places an Order (Call Off Contract) with the successful Supplier. The Standard Terms and Conditions of any call-off contract shall be as those stated in the Framework Agreement Contract.
Due to the individual nature of all programmes the pricing for each programme will be requested during the chosen call off procedure.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1 (was RBGKEW1418). Design & Fabricate
Full details provided in the ITT documentation Part 1: ITT and Part 4: PSQ. Full ITT is available on our eSender portal (Delta
Lot Lot 2. Theatrical Performance
Full details provided in the ITT documentation Part 1: ITT and Part 4: PSQ. Full ITT is available on our eSender portal (Delta)
Technical ability conditions of participation
Lot 1 (was RBGKEW1418). Design & Fabricate
Full details provided in the ITT documentation Part 1: ITT and Part 4: PSQ. Full ITT is available on our eSender portal (Delta
Lot Lot 2. Theatrical Performance
Full details provided in the ITT documentation Part 1: ITT and Part 4: PSQ. Full ITT is available on our eSender portal (Delta)
Particular suitability
Lot 1 (was RBGKEW1418). Design & Fabricate
Lot Lot 2. Theatrical Performance
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 April 2025, 3:00pm
Submission type
Requests to participate
Deadline for requests to participate
28 April 2025, 11:00am
Submission address and any special instructions
https://www.delta-esourcing.com/respond/289T697S9H
Use this link to access full tender pack, register and submit documents for Stages 1 and 2 of this procurement process.
Suppliers MUST submit their completed documents via the etendering portal SQ or Tenderbox.
RBG Kew will not accept tenders submitted by email or the portal messaging facility.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1 (was RBGKEW1418). Design & Fabricate
Maximum 10 suppliers
Selection criteria:
In addition to the checks using mandatory and discretionary exclusions grounds the following conditions of participation will be used to select tenders to apply for this lot.
Suppliers must pass all of the following questions
Question 13 Terms & Conditions Pass/Fail
Question 14 Insurance
Question 15 Working at Kew & Wakehurst
All suppliers that pass these questions will then be evaluated by the following 8 questions
All carry a weighting of 10 each (maximum score is 80)
16.1 Demonstration of work for family audiences
16.2 Demonstration of work that took place in an outdoor environment.
16.3 Demonstration of work that used a licenced property or helped to tell a mission-based story for the client
16.4 Demonstration of work that was interactive, included challenge and reward, or learning through play
16.5 Demonstration of work that included installations or sets
16.6 Demonstration of a clear understanding of health and safety and how this was applied to the project
16.8 Demonstration of a commitment to Equality, Diversity & Inclusion
16.9 Demonstration of a commitment to sustainability
Each question will be allocated a score out of 5 using the scoring methodology detailed in Part 1 - ITT. Total of all weighted questions is 80
Suppliers must achieve a minimum score of 3 out of 5 to pass.
The top 10 scoring suppliers will be invited to submit a tender for this lot at Stage 2 - tendering.
Award decision date (estimated)
22 July 2025
Award criteria
Lot 1 (was RBGKEW1418). Design & Fabricate
Name | Description | Type |
---|---|---|
Creative presentation | Suppliers will submit a 15 page creative presentation by the stage 2 submission deadline detailed in Part 1: ITT. All suppliers will present this to RBG kew at a time and date to be arranged.... |
Quality |
Technical written submission | Suppliers will submit a written response 15 page document to the questions detailed in Part 1: ITT. A total maximum score of 150 is allocated to this criteria Sub criteria as follows: Practical... |
Quality |
Total Cost | Suppliers will be required to provide a full detailed breakdown of costs for the programme scenario detailed in Part 2: Specification Appendix 1. A maximum score of 20 is allocated to this criteria |
Cost |
Weighting description
Lot 1: Design & Fabricate will be evaluated as follows
Creative presentation Maximum available score 150
Technical written submission Maximum available score 150
Total Cost Maximum available score 20
Total maximum weighting available
Full sub criteria is detailed in Part 1: ITT
Lot Lot 2. Theatrical Performance
Name | Description | Type |
---|---|---|
Creative presentation | Suppliers will submit a 15 page creative presentation by the stage 2 submission deadline detailed in Part 1: ITT. All suppliers will present this to RBG kew at a time and date to be arranged.... |
Quality |
Written technical submission | Suppliers will submit a written response 15 page document to the questions detailed in Part 1: ITT. A total maximum score of 150 is allocated to this criteria Sub criteria as follows Practical... |
Quality |
Total Cost | Suppliers will be required to provide a full detailed breakdown of costs for the programme scenario detailed in Part 2: Specification Appendix 2. A maximum score of 20 is allocated to this criteria |
Cost |
Weighting description
Lot 1: Design & Fabricate will be evaluated as follows
Creative presentation maximum score 100
Technical written submission maximum score 100
Total Cost maximum score 20
Total maximum available score 220
Full sub criteria is detailed in Part 1: ITT
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Stage 1 - Selection
Evaluation of PSQ including conditions of participation. A maximum of the top 10 scoring suppliers for each lot (2 lots) will be shortlisted to Stage 2.
Full details of the PSQ conditions of participation questions and evaluation methodology are detailed in Part 1: ITT and Part
4: PSQ
RBG Kew reserves the right to refine the award criteria for Stage 2 during this time in accordance with the Act
Stage 2 - Tendering
Written technical and commercial submission and presentation of technical submission. All suppliers will be invited to present.
Full details of Award criteria and evaluation methodology is detailed in Part 1: ITT document
Stage 3 - Preferred Suppliers
RBG Kew reserves the right to enter into negotiations with the Preferred Suppliers in order to finalise the terms of the contract(s) (e.g. clarifications, specifications, optimisation and other negotiations to confirm financial commitments or other terms contained in the Preferred Supplier's tender submission and / or BAFO).
Part 4 - Standstill
Notification of contract award a nd mandatory standstill period in accordance with the Act
Documents
Associated tender documents
https://www.delta-esourcing.com/respond/289T697S9H
Only Core documents have been attached to this Tender Notice.
The full ITT pack is available via this link. You must register on the tendering portal to access the documents and apply for this contract opportunity.
Part 1_ITT_Creative Programming RBGKEW1418_without notice details.pdf
Part 2_Specification_Creative Programming RBGKEW1418.pdf
Appendix 1_Lot 1 Design & Fabricate Creative Brief - Bear Hunt.pdf
Appendix 3_Previous Programme Examples.pdf
Part 4_PSQ_Creative Programming RBGKEW1418.docx
Part 3_Terms & Conditions_Creative Programming RBGKEW1418.pdf
Part 6_Commercial Response_Creative Programming RBGKEW1418.xlsx
Part 5_Technical response_Creative Programming RBGKEW1418.docx
Contracting authority
Board of Trustees of the Royal Botanic Gardens Kew
- Charity Commission (England and Wales): 803428
- Public Procurement Organisation Number: PGTT-3583-QXLN
THE HERBARIUM
KEW GREEN
TW9 3AE
United Kingdom
Email: procurement@kew.org
Website: http://www.kew.org
Region: UKI75 - Hounslow and Richmond upon Thames
Organisation type: Public authority - central government