Royal Botanic Gardens: RBGKEW1332 - Interpretation Services – Framework Agreement

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Interpretation services.
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

RBGKEW1332 - Interpretation (Signage) Services – Framework Agreement

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

UK-London: Interpretation services.

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