Section one: Contracting authority
one.1) Name and addresses
National Maritime Museum
National Maritime Musuem, Park Row
Greenwich
SE10 9NF
Telephone
+44 2083126524
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
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
Telephone
+44 2083126524
Country
United Kingdom