Section one: Contracting authority
one.1) Name and addresses
National Maritime Museum
Park Row, Greenwich
London
SE10 9NF
Contact
Mary Webb
Telephone
+44 2088584422
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-London:-Museum-services./427UU92237
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/427UU92237
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
National Museum
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender for ROG 'First Light': Wayfinding & 2D and External Interpretation Design
two.1.2) Main CPV code
- 92521000 - Museum services
two.1.3) Type of contract
Services
two.1.4) Short description
RMG is inviting tenders from designers for the provision of design services to deliver Wayfinding and 2D Signage, and External 3D Interpretation Design at the Royal Observatory Greenwich, as part of the 'First Light' project.
two.1.5) Estimated total value
Value excluding VAT: £200,000
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: 2
two.2) Description
two.2.1) Title
Design Services for ROG Wayfinding & 2D Signage
Lot No
1
two.2.2) Additional CPV code(s)
- 34928470 - Signage
- 92521100 - Museum-exhibition 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
RMG is seeking a consultancy for the provision of design services for wayfinding and 2D signage across the ROG site as part of the 'First Light' project.
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: £55,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
29 April 2025
End date
27 April 2028
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.2.13) 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/427UU92237
two.2) Description
two.2.1) Title
Design Services for ROG External 3D Interpretation
Lot No
2
two.2.2) Additional CPV code(s)
- 79415200 - Design consultancy services
- 92521100 - Museum-exhibition 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
RMG is seeking a consultancy for the provision of design services for external 3D content interpretation across the ROG site as part of the 'First Light' project.
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: £145,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
29 April 2025
End date
28 April 2028
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.2.13) 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
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
27 January 2025
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 January 2025
Local time
11:00am
Place
NMM
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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-London:-Museum-services./427UU92237
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/427UU92237
GO Reference: GO-2024122-PRO-28730051
six.4) Procedures for review
six.4.1) Review body
National Maritime Museum
Park Row, Greenwich
London
SE10 9NF
Country
United Kingdom