Section one: Contracting authority
one.1) Name and addresses
Royal Air Force Museum
Royal Air Force Museum, Grahame Park Way
London
NW9 5LL
Contact
Paul Hudson-Knight
Paul.Hudson-Knight@rafmuseum.org
Telephone
+44 7813124075
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
RC000922
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43210
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.contractsfinder.service.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Charity
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Marketing Services - RAF Museum
Reference number
RAFM DMS23
two.1.2) Main CPV code
- 79340000 - Advertising and marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
The RAFM requires a digital services agency to provide digital services for the Museum including:
- Website UX, design and content, for the main museum website www.rafmuseum.org and the museum's online shop www.rafmuseumshop.com.
- Platform and server management
- Digital acquisition campaigns, focussed primarily on the Museum’s commercial and business objectives
- Management of the Museum’s Adwords Account
- SEO and SEM
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79340000 - Advertising and marketing services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
All bidders will need to consider and propose services and costs for the following: regarding Core Services.
a. UX Design User Research: Conduct user research to gain insights into the target audiences, their needs, behaviours, and preferences. How do they interact with the current website.
b. UX Design Audit: Perform a thorough UX audit of the main museum website, identifying areas for improvement and providing actionable recommendations.
c. Customer Journey: Create optimised customer journeys with personas built on the existing digital ecosystem.
d. UX Design Implementation: Develop and implement UX designs based on the key findings and recommendations from the UX design audit. Focus on compelling reasons to visit, maximising visit conversion, commitment and commercial opportunity.
e. UX Design System: Establish a UX design system to ensure consistency, efficiency, and scalability across the museum's digital properties.
f. Website Management and Optimisation: Continually improve its performance, with a particular focus on enhancing conversion rates. Monitor, report and improve analytics.
g. Digital Advertising Campaigns: Devise and execute cost effective digital advertising campaigns across a number of channels, including Search, Meta, and Instagram.
h. Campaign landing pages: Create optimised campaign pages to improve conversion rates.
i. Content Strategy: Audit existing website content and then create a high-level plan that identifies future content requirements, prioritisation and management tasks against specific website and digital campaign targets.
j. SEO Strategy and Implementation: Develop and execute on-page, technical, and local SEO strategies to improve the website's visibility and organic search performance.
k. Effective Management of Google Ad Grants: Efficiently manage the Museum's Google Ad Grants, maximizing the value and impact of the grant, which currently amounts to $40,000 per month.
two.2.5) Award criteria
Quality criterion - Name: 1. Company Support and Subject Matter Expertise / Weighting: 10
Quality criterion - Name: Staffing (quality of team) / Weighting: 10
Quality criterion - Name: Strategic partnership / Weighting: 20
Quality criterion - Name: Continuous Improvement & Proactivity / Weighting: 10
Quality criterion - Name: Performance Measurement & Reporting / Weighting: 10
Quality criterion - Name: Creativity / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2024
End date
28 February 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 December 2023
Local time
5:00pm
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)
four.2.7) Conditions for opening of tenders
Date
11 December 2023
Local time
12:00pm
Place
London Office
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230675.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230675)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit