National Maritime Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Negative Collection Digitisation |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This tender is for the digitisation and delivery of c.230,000 image assets held in various negative-format media including cellulose/polyester, glass plate, cellulose acetate and cellulose nitrate. The negatives form the remainder of RMG’s outstanding negative collection digitisation requirements and covers a variety of subjects ranging from merchant shipping and historic shipyards to the HMS Ganges boys training establishment. The ultimate purpose of this project is to create digital assets for a variety of uses including, but not limited to: web publication; conservation and digital preservation; print, film and digital publishing; commercial use; collections management; etc. |
Published: | 12/11/2021 11:05 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2083126607, Email: dmartin@rmg.co.uk
Contact: Daniel Martin
Main Address: 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:-Scanning-services./2E72PQNBZR
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
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Negative Collection Digitisation
Reference Number: RMG/0129
II.1.2) Main CPV Code:
79999100 - Scanning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This tender is for the digitisation and delivery of c.230,000 image assets held in various negative-format media including cellulose/polyester, glass plate, cellulose acetate and cellulose nitrate.
The negatives form the remainder of RMG’s outstanding negative collection digitisation requirements and covers a variety of subjects ranging from merchant shipping and historic shipyards to the HMS Ganges boys training establishment.
The ultimate purpose of this project is to create digital assets for a variety of uses including, but not limited to: web publication; conservation and digital preservation; print, film and digital publishing; commercial use; collections management; etc.
II.1.5) Estimated total value:
Value excluding VAT: 165,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79961300 - Specialised photography services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of 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.
However, any selection of tenderers will be based solely on the criteria set out for the procurement. The value of this contract is set at £165,000.
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:
Start: 03/01/2022 / End: 31/03/2022
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2E72PQNBZR
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 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 - 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: 10/12/2021 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: 10/12/2021
Time: 12:01
Place:
London
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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 weighting for this project would be 60:40 Technical - Price.
The project would ideally begin on 4th January 2022 and would ideally be delivered by 31st March 2022.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Scanning-services./2E72PQNBZR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2E72PQNBZR
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
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:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.5) Date Of Dispatch Of This Notice: 12/11/2021
Annex A