Royal Botanic Gardens is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | RBGKEW1332 - Interpretation Services – Framework Agreement |
Notice type: | Contract Notice |
Authority: | Royal Botanic Gardens |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production |
Published: | 16/08/2024 13:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Royal Botanic Gardens, Kew
The Herbarium, Kew Green, Richmond, London, TW9 3AE, United Kingdom
Tel. +44 2083325000, Email: procurement@kew.org
Contact: Florence Fenton
Main Address: www.kew.org
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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:-Interpretation-services./UQD5K988EM
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/UQD5K988EM to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: RBGKEW1332 - Interpretation Services – Framework Agreement
Reference Number: RBGKEW1332
II.1.2) Main CPV Code:
79540000 - Interpretation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production
II.1.5) Estimated total value:
Value excluding VAT: 900,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Framework Agreement with one specialist Supplier to provide Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production as well as the supplier(s) responsible for manufacturing and installing the interpretations.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/09/2024 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 16/09/2024
Time: 12:05
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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:-Interpretation-services./UQD5K988EM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UQD5K988EM
VI.4) Procedures for review
VI.4.1) Review body:
Head of Procurement & Contract Management
Royal Botanic Gardens, Kew, Kew Green, Richmond, London, TW9 3AE, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/08/2024
Annex A
View any Notice Addenda
UK-London: Interpretation services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Royal Botanic Gardens, Kew
The Herbarium, Kew Green, Richmond, London, TW9 3AE, United Kingdom
Tel. +44 2083325000, Email: procurement@kew.org
Contact: Florence Fenton
Main Address: www.kew.org
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: RBGKEW1332 - Interpretation (Signage) Services – Framework Agreement Reference number: RBGKEW1332
II.1.2) Main CPV code:
79540000 - Interpretation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 21/08/2024
VI.6) Original notice reference:
Notice Reference: 2024 - 694199
Notice number in OJ S: 2023/S 000 - 026147
Date of dispatch of the original notice: 16/08/2024
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: II.1.4 Short Description
Instead of: Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production
Read: Interpretation (Signage) Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production.
VII.2) Other 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:-Interpretation-services./UQD5K988EM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UQD5K988EM
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Royal Botanic Gardens, Kew
The Herbarium, Kew Green, Richmond, London, TW9 3AE, United Kingdom
Tel. +44 2083325000, Email: procurement@kew.org
Contact: Florence Fenton
Main Address: www.kew.org
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: RBGKEW1332 - Interpretation Services – Framework Agreement
Reference number: RBGKEW1332
II.1.2) Main CPV code:
79540000 - Interpretation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,080,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Framework Agreement with one specialist Supplier to provide Interpretation Services for Royal Botanic Gardens, Kew (‘RBG, Kew’). These services include interpretation planning, research and content development and production as well as the supplier(s) responsible for manufacturing and installing the interpretations.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 33
Quality criterion - Name: Presentation Criteria / Weighting: 37
Cost criterion - Name: Commercial Criteria / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-026147
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/09/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Skellon Superfold Limited T/A Skellon Studio, 09289871
49A HIGH STREET RUISLIP MIDDLESEX, UNITED KINGDOM, London, HA4 7BD, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,080,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=919406159
VI.4) Procedures for review
VI.4.1) Review body
Head of Procurement & Contract Management
Royal Botanic Gardens, Kew, Kew Green, Richmond, London, TW9 3AE, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/01/2025