National Maritime Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Royal Museums Greenwich Technology Partner |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The objective of this tender exercise is to source an IT strategic technology partner to provide professional services for a range of technological solutions at The Royal Museums Greenwich. Our aim is to work in partnership with a supplier who will provide additional, ad-hoc resources to complement RMGs existing IT Operations team in key areas such as technology architecture and IT investment initiatives that contribute to us achieving the objectives that support our IT Strategic Plan.We intend to award a contract for an initial period of two (2) years, with an option to extend for up to 2 additional periods of up to 12 months each (2+1+1).RMG, which operates from multiple site in South East London at Greenwich, Kidbrooke, Woolwich and Chatham who anticipate total demand for professional services over the duration of this contract will not exceed a combined sum of £520,000 excluding VAT but makes no commitment to any minimum or maximum level of expenditure during the contract period. |
Published: | 15/07/2019 15:16 |
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
Email: ncresswell@rmg.co.uk
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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./88M76AVKVT
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
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Royal Museums Greenwich Technology Partner
Reference Number: Not provided
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The objective of this tender exercise is to source an IT strategic technology partner to provide professional services for a range of technological solutions at The Royal Museums Greenwich. Our aim is to work in partnership with a supplier who will provide additional, ad-hoc resources to complement RMGs existing IT Operations team in key areas such as technology architecture and IT investment initiatives that contribute to us achieving the objectives that support our IT Strategic Plan.We intend to award a contract for an initial period of two (2) years, with an option to extend for up to 2 additional periods of up to 12 months each (2+1+1).RMG, which operates from multiple site in South East London at Greenwich, Kidbrooke, Woolwich and Chatham who anticipate total demand for professional services over the duration of this contract will not exceed a combined sum of £520,000 excluding VAT but makes no commitment to any minimum or maximum level of expenditure during the contract period.
II.1.5) Estimated total value:
Value excluding VAT: 520,000
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:
UK UNITED KINGDOM
II.2.4) Description of procurement: The objective of this tender exercise is to source an IT strategic technology partner to provide professional services for a range of technological solutions at The Royal Museums Greenwich.
Our aim is to work in partnership with a supplier who will provide additional, ad-hoc resources to complement RMG's existing IT Operations team in key areas such as technology architecture and IT investment initiatives that contribute to us achieving the objectives that support our IT Strategic Plan.
We intend to award a contract for an initial period of two (2) years, with an option to extend for up to 2 additional periods of up to twelve months each (2+1+1).
RMG, which operates from multiple site in South East London at Greenwich, Kidbrooke, Woolwich and Chatham who anticipate total demand for professional services over the duration of this contract will not exceed a combined sum of £520,000 excluding VAT but makes no commitment to any minimum or maximum level of expenditure during the contract period.
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: 520,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Two (2) optional extension periods of upto twelve (12) month each
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/88M76AVKVT
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: 19/08/2019 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 19/08/2019
Time: 12:00
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.
Please ensure that all questions are submitted via the Delta eSourcing Portal. Failure to submit your questions via Delta will result in your questions being unresolved.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./88M76AVKVT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/88M76AVKVT
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: 15/07/2019
Annex A
View any Notice Addenda
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: ncresswell@rmg.co.uk
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Royal Museums Greenwich Technology Partner
Reference number: Not Provided
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The objective of this tender exercise is to source an IT strategic technology partner to provide professional services for a range of technological solutions at The Royal Museums Greenwich. Our aim is to work in partnership with a supplier who will provide additional, ad-hoc resources to complement RMGs existing IT Operations team in key areas such as technology architecture and IT investment initiatives that contribute to us achieving the objectives that support our IT Strategic Plan.We intend to award a contract for an initial period of two (2) years, with an option to extend for up to 2 additional periods of up to 12 months each (2+1+1).RMG, which operates from multiple site in South East London at Greenwich, Kidbrooke, Woolwich and Chatham who anticipate total demand for professional services over the duration of this contract will not exceed a combined sum of £520,000 excluding VAT but makes no commitment to any minimum or maximum level of expenditure during the contract period.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 520,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
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: The objective of this tender exercise is to source an IT strategic technology partner to provide professional services for a range of technological solutions at The Royal Museums Greenwich.
Our aim is to work in partnership with a supplier who will provide additional, ad-hoc resources to complement RMG's existing IT Operations team in key areas such as technology architecture and IT investment initiatives that contribute to us achieving the objectives that support our IT Strategic Plan.
We intend to award a contract for an initial period of two (2) years, with an option to extend for up to 2 additional periods of up to twelve months each (2+1+1).
RMG, which operates from multiple site in South East London at Greenwich, Kidbrooke, Woolwich and Chatham who anticipate total demand for professional services over the duration of this contract will not exceed a combined sum of £520,000 excluding VAT but makes no commitment to any minimum or maximum level of expenditure during the contract period.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/88M76AVKVT
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
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: 20/09/2019
V.2.2) Information about tenders
Number of tenders received: 10
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)
EACS Limited
7 Ramsay Court, Hinchingbrooke Business Park, Huntingdon, PE29 6FY, United Kingdom
Tel. +44 8008047256, Email: andrew.lashley@eacs.com
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: 520,000
Total value of the contract/lot: 520,000
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.
Please ensure that all questions are submitted via the Delta eSourcing Portal. Failure to submit your questions via Delta will result in your questions being unresolved.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=440331554
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
Tel. +44 2083126780
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
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2083126780
VI.5) Date of dispatch of this notice: 21/10/2019