National Maritime Museum has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Website Migration & Online Collections |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Royal Museums Greenwich (RMG) is seeking an agency or agencies to carry out development work to improve the experience of our digital offering. This work includes the migration of our primary website (www.rmg.co.uk) from Drupal 7 to Drupal 8 (or similar solution), ongoing hosting, and the design and build of an improved and integrated online collections site (collections.rmg.co.uk). The new site should be built on the same platform as the primary site and will allow users to explore our online, archive and library collections databases. Requirements are split into two lots, further detailed below and in the attached brief. |
Published: | 22/07/2019 15:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Maritime Museum
National Maritime Museum, Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: lmcallister@rmg.co.uk
Contact: Laura McAllister
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UK
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:-World-wide-web-WWW-site-design-services./9F2PA472MN
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Museum
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Website Migration & Online Collections
Reference Number: Not provided
II.1.2) Main CPV Code:
72413000 - World wide web WWW site design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Museums Greenwich (RMG) is seeking an agency or agencies to carry out development work to improve the experience of our digital offering.
This work includes the migration of our primary website (www.rmg.co.uk) from Drupal 7 to Drupal 8 (or similar solution), ongoing hosting, and the design and build of an improved and integrated online collections site (collections.rmg.co.uk).
The new site should be built on the same platform as the primary site and will allow users to explore our online, archive and library collections databases. Requirements are split into two lots, further detailed below and in the attached brief.
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
II.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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Drupal Migration
Lot No: 1
II.2.2) Additional CPV codes:
72413000 - World wide web WWW site design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To migrate the primary site (www.rmg.co.uk) from Drupal 7 to 8, allowing for continued platform support and increased security.
Roll out a more flexible page template with a modular content approach, allowing optimisation of customer journeys on a page by page basis.
Revaluating designs for new or enhanced modules, and developing finalised designs according to an agreed prioritisation. Reviewing the current IA and refining the overall website structure.
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: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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
II.2) Description Lot No. 2
II.2.1) Title: Collections Online
Lot No: 2
II.2.2) Additional CPV codes:
72413000 - World wide web WWW site design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Deliver a new frontend to the existing RMG collections site (collections.rmg.co.uk) to improve user experience.
Align the Collections Online site to the core RMG site both in terms of platform and design.
Increase site security and reduce compliance risk, enabling the museum to obtain the DCMS mandated Cyber Essential Plus accreditation.
Ensure that Collections Online meets both the needs of our specific external and internal users (represented by 4 personas). Ensure widest possible access to our collections.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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
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
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
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: No
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: 21/08/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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.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 and the contract will be based solely on the criteria set out in the brief and the contract will be awarded on the basis of the most economical advantageous tender. This is a Restricted Tender and interested suppliers will be required to complete the Standard Selection Questionnaire (SSQ) via the Delta eSourcing Portal.
Your tender response shall be submitted 20th August 2019. Shortlisted suppliers will be invited to further take part in the Invitation to Tender (ITT).
Please ensure that you allow sufficient time for your tender to be submitted. Hard or emailed tender responses will not be accepted under any circumstances.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=415789733
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Court of Justice
Strand, Holborn, London, WC2A2LL, United Kingdom
Tel. +44 2083126780
Internet address: www.rmg.co.uk
VI.4.2) Body responsible for mediation procedures:
ACAS
Euston Tower, 286 Euston Road, London, NW1 3JJ, 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 lodging of appeals may be obtained:
ACAS
Euston Tower, 286 Euston Rd, London, NW1 3DP, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 22/07/2019
Annex A
View any Notice Addenda
UK-London: World wide web WWW site design services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
National Maritime Museum
National Maritime Museum, Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: lmcallister@rmg.co.uk
Contact: Laura McAllister
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Website Migration & Online Collections Reference number: Not Provided
II.1.2) Main CPV code:
72413000 - World wide web WWW site design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Royal Museums Greenwich (RMG) is seeking an agency or agencies to carry out development work to improve the experience of our digital offering.
This work includes the migration of our primary website (www.rmg.co.uk) from Drupal 7 to Drupal 8 (or similar solution), ongoing hosting, and the design and build of an improved and integrated online collections site (collections.rmg.co.uk).
The new site should be built on the same platform as the primary site and will allow users to explore our online, archive and library collections databases. Requirements are split into two lots, further detailed below and in the attached brief.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 30/07/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 231836
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 22/07/2019
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: IV.2.2
Place of text to be modified: Date was mis-typed.
Instead of:
Date: 21/08/2019
Local Time: 12:00
Read:
Date: 20/08/2019
Local Time: 12:00
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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=418203495
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
National Maritime Museum
National Maritime Museum, Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: lmcallister@rmg.co.uk
Contact: Laura McAllister
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UK
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:
Other type:: Museum
I.5) Main activity:
Other activity: Museum Cultural
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Website Migration & Online Collections
Reference number: Not Provided
II.1.2) Main CPV code:
72413000 - World wide web WWW site design services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Museums Greenwich (RMG) is seeking an agency or agencies to carry out development work to improve the experience of our digital offering.
This work includes the migration of our primary website (www.rmg.co.uk) from Drupal 7 to Drupal 8 (or similar solution), ongoing hosting, and the design and build of an improved and integrated online collections site (collections.rmg.co.uk).
The new site should be built on the same platform as the primary site and will allow users to explore our online, archive and library collections databases. Requirements are split into two lots, further detailed below and in the attached brief.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 200,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Drupal Migration
Lot No:1
II.2.2) Additional CPV code(s):
72413000 - World wide web WWW site design services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To migrate the primary site (www.rmg.co.uk) from Drupal 7 to 8, allowing for continued platform support and increased security.
Roll out a more flexible page template with a modular content approach, allowing optimisation of customer journeys on a page by page basis.
Revaluating designs for new or enhanced modules, and developing finalised designs according to an agreed prioritisation. Reviewing the current IA and refining the overall website structure.
II.2.5) Award criteria:
Not Provided
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
II.2) Description (lot no. 2)
II.2.1) Title:Collections Online
Lot No:2
II.2.2) Additional CPV code(s):
72413000 - World wide web WWW site design services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Deliver a new frontend to the existing RMG collections site (collections.rmg.co.uk) to improve user experience.
Align the Collections Online site to the core RMG site both in terms of platform and design.
Increase site security and reduce compliance risk, enabling the museum to obtain the DCMS mandated Cyber Essential Plus accreditation.
Ensure that Collections Online meets both the needs of our specific external and internal users (represented by 4 personas). Ensure widest possible access to our collections.
II.2.5) Award criteria:
Not Provided
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 142-349679
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: N/A
Lot Number: 1
Title: Drupal Migration
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/11/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Deeson
1st Floor, 141-143 Shoreditch High Street, London, E1 6JE, United Kingdom
Tel. +44 7771701902
NUTS Code: UK
The contractor is an SME: No
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: 112,334
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Collections Online
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/11/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Deeson
1st Floor, 141-143 Shoreditch High Street, London, E1 6JE, United Kingdom
NUTS Code: UK
The contractor is an SME: No
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: 87,612
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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=455522046
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
Strand, Holborn, London, WC2A2LL, United Kingdom
Tel. +44 2083126780
Internet address: www.rmg.co.uk
VI.4.2) Body responsible for mediation procedures
ACAS
Euston Tower, 286 Euston Road, London, NW1 3JJ, 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
ACAS
Euston Tower, 286 Euston Rd, London, NW1 3DP, United Kingdom
VI.5) Date of dispatch of this notice: 09/12/2019