Tender

RMG Framework: Quantity Surveying & Contract Administration, Project Management & CDM Services

  • National Maritime Museum

F02: Contract notice

Notice identifier: 2022/S 000-022709

Procurement identifier (OCID): ocds-h6vhtk-030337

Published 16 August 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

National Maritime Museum

National Maritime Musuem, Park Row

Greenwich

SE10 9NF

Email

mwebb@rmg.co.uk

Telephone

+44 2083126524

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.rmg.co.uk

Buyer's address

www.rmg.co.uk

one.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-Greenwich:-Museum-services./9HEHS64G6R

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

RMG Framework: Quantity Surveying & Contract Administration, Project Management & CDM Services

Reference number

RMG/0133

two.1.2) Main CPV code

  • 92521000 - Museum services

two.1.3) Type of contract

Services

two.1.4) Short description

RMG is seeking quantity surveying, contract administration, project management and CDM Professional services to support the delivery of a programme of exhibition and refurbishment project across the Royal Observatory Greenwich, National Maritime Museum, Queen's House and Cutty Sark over the next few years. Projects will include (but not be limited to) feasibility studies and projects from RIBA Stages 1 - 7, including smaller temporary displays, larger temporary exhibitions, new permanent galleries and refurbishment of spaces in historic buildings. Project fit-out budgets will vary depending on the size and nature of the project, but could range from £30,000 to £2m+. Knowledge and experience of base build / infrastructure as well as exhibition fit-out will be required. Demonstrable experience of working with Museum and Heritage clients will be required.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers can tender for one or more of the three Lots, up to the maximum of three.

two.2) Description

two.2.1) Title

Quantity Surveying and Contract Administration Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services
  • 71244000 - Calculation of costs, monitoring of costs
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Quantity surveying and Contract Administration services to support the range of exhibition and refurbishment projects across RMG sites outlined above. Consultants will be required to estimate project costs from the initiation through to delivery of projects, including pre-tender estimates; lead value engineering exercises, advise on market volatility and work with RMG to achieve best value on projects; contribute to feasibility exercises; advise RMG on types of contracts to be used for particular projects, including methods of procurement; and administrate these contracts throughout the life of the projects. Contracts will either be from the JCT suite of contracts, the NEC suite of contracts, or using RMG’s own templates (the latter will be for smaller projects only).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £472,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

29 November 2022

End date

30 November 2026

This contract is subject to renewal

No

two.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:

Companies who demonstrate the relevant experience required to undertake the services

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9HEHS64G6R

two.2) Description

two.2.1) Title

Project Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 71244000 - Calculation of costs, monitoring of costs

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Supply of project management services to support the range of exhibition and refurbishment projects across Royal Museums Greenwich sites outlined above. Consultants will be required to manage and deliver specific projects, liaising closely with RMG teams. Work will include (but not be limited to) planning work that needs to be done and who will be doing it, managing project risks, ensuring quality, co-ordinating works by others, managing programme and budget, including changes, and regular reporting.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

29 November 2022

End date

30 November 2026

This contract is subject to renewal

No

two.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:

Companies who demonstrate the relevant experience required to undertake the services

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CDM Professional (Principal Designer and / or Client Advisor) Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 79933000 - Design support services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Supply of Principal Designer (CDM) services and / or client advice in relation to CDM, to support the range of exhibition and refurbishment projects across RMG sites outlined above. Consultants will be required to work within the Construction (Design and Management) Regulations 2015, and on certain projects will be required to act as Principal Designer, working closely with an appointed Exhibition Designer to eliminate, reduce or control risks. They will also be required to assist the client in the planning, managing, monitoring, and coordination of health and safety in the pre-construction phase, helping RMG to bring together pre-construction information, and to provide the information that designers and contractors need. They will also be required to liaise with the Principal Contractor during the construction phase, and advise the Client on matters of health and safety and CDM during the Construction phase, and work with contractors and consultants to ensure that a completed Health and Safety File is delivered to RMG in a timely manner.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £117,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

29 November 2022

End date

30 November 2026

This contract is subject to renewal

No

two.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:

Companies who demonstrate the relevant experience required to undertake the services

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031680

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 September 2022

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 September 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.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-Greenwich:-Museum-services./9HEHS64G6R

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9HEHS64G6R

GO Reference: GO-2022816-PRO-20799323

six.4) Procedures for review

six.4.1) Review body

National Maritime Museum

Park Row

London

SE10 9NF

Email

mwebb@rmg.co.uk

Telephone

+44 2083126524

Country

United Kingdom

Internet address

www.rmg.co.uk