The National Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | New Digital Service Programme |
Notice type: | Contract Notice |
Authority: | The National Gallery |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The New Digital Services programme (NDS) is an ambitious set of activities to deliver the National Gallery’s latest digital objectives, and produce the Gallery’s next generation of digital products. The NDS programme team will embark on a 6 month planning phase to develop design concepts for a new website and other digital products (Lot 2), supported by a clear tone of voice and content strategy (Lot 1). There is a brand development element to this project (Lot 1), which will inform the design, tone and content development as well as the approach of a new in-gallery signage system. The Wayfinding Redesign project (Lot 3) will improve and renew the current system of internal and external signage, in both digital and physical formats. The Gallery would like to enhance the visitor journey, ensuring it is a positive experience for all visitors through clear, logical signage that is consistent across all outlets, using consistent terminology and is sensitive to its environment. The Gallery would also like to increase revenue through targeted signage. |
Published: | 08/01/2016 18:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The National Gallery
Trafalgar Square, London WC2N 5DN, London, WC2N 5DN, United Kingdom
Email: contracting@ng-london.org.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other:
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: New Digital Service Programme
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 10
Region Codes: UKI1 - Inner London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Market and economic research; polling and statistics. Recreational, cultural and sporting services. Library, archives, museums and other cultural services. Speciality design services. The New Digital Services programme (NDS) is an ambitious set of activities to deliver the National Gallery’s latest digital objectives, and produce the Gallery’s next generation of digital products. The NDS programme team will embark on a 6 month planning phase to develop design concepts for a new website and other digital products (Lot 2), supported by a clear tone of voice and content strategy (Lot 1). There is a brand development element to this project (Lot 1), which will inform the design, tone and content development as well as the approach of a new in-gallery signage system.
The Wayfinding Redesign project (Lot 3) will improve and renew the current system of internal and external signage, in both digital and physical formats. The Gallery would like to enhance the visitor journey, ensuring it is a positive experience for all visitors through clear, logical signage that is consistent across all outlets, using consistent terminology and is sensitive to its environment. The Gallery would also like to increase revenue through targeted signage.
II.1.6)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
92000000 - Recreational, cultural and sporting services.
92500000 - Library, archives, museums and other cultural services.
79930000 - Speciality design services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1 - Brand & content concept production £80,000
Lot 2 - Digital concept production £40,000
Lot 3 - Wayfinding redesign £110,000
Estimated value excluding VAT: 230,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2016
Completion: 12/08/2016
Information About Lots
Lot No: 1
Title: Brand & content concept production
1)Short Description:
The Gallery will commission an external agency with experience of working with major heritage brands in producing high quality and personalised content, to work with the National Gallery Communications department and other major internal stakeholders to consolidate the Gallery’s brand proposition and to develop a content and tone of voice toolkit.
2)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
92000000 - Recreational, cultural and sporting services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 80,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/04/2016
Completion of works: 12/08/2016
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Digital concept production
1)Short Description:
The Gallery will commission an external agency with experience of the multi-platform digital design, to work with the National Gallery Communications department and other major internal stakeholders to develop concepts for our next generation of digital products.
2)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 40,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/04/2016
Completion of works: 12/08/2016
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Wayfinding redesign
1)Short Description:
The Gallery will commission an external agency with experience of designing exceptional navigation solutions for public spaces, to work with the National Gallery Communications department and other major internal stakeholders to design a new or improved wayfinding scheme throughout all external and internal areas.
2)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
79930000 - Speciality design services.
92000000 - Recreational, cultural and sporting services.
92500000 - Library, archives, museums and other cultural services.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 110,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/04/2016
Completion of works: 12/08/2016
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Information required in pre-qualification document
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Information required in pre-qualification document
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Information required in pre-qualification document
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information required in pre-qualification document
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 4 and maximum number: 7
Objective Criteria for choosing the limited number of candidates:
information assessed in pre-qualification documents
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 227 - 413395 of 24/11/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 07/02/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 08/02/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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:-Market-and-economic-research%3B-polling-and-statistics./S5N7HR6R5H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S5N7HR6R5H
GO-201618-PRO-7551559 TKR-201618-PRO-7551558
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 08/01/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The National Gallery
Trafalgar Square, London WC2N 5DN, London, WC2N 5DN, United Kingdom
Email: contracting@ng-london.org.uk
Main Address: http://www.nationalgallery.org.uk
NUTS Code: UKI1
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:: Gallery
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: New Digital Service Programme
Reference number: Not Provided
II.1.2) Main CPV code:
79300000 - Market and economic research; polling and statistics.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The New Digital Services programme (NDS) is an ambitious set of activities to deliver the National Gallery’s latest digital objectives, and produce the Gallery’s next generation of digital products. The NDS programme team will embark on a 6 month planning phase to develop design concepts for a new website and other digital products (Lot 2), supported by a clear tone of voice and content strategy (Lot 1).
The Wayfinding Redesign project (Lot 3) will improve and renew the current system of internal and external signage, in both digital and physical formats.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 217,475
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Brand & content concept production
Lot No:1
II.2.2) Additional CPV code(s):
79300000 - Market and economic research; polling and statistics.
92000000 - Recreational, cultural and sporting services.
92500000 - Library, archives, museums and other cultural services.
79930000 - Speciality design services.
II.2.3) Place of performance
Nuts code:
UKI1 - Inner London
Main site or place of performance:
Inner London
II.2.4) Description of the procurement: The Gallery will commission an external agency with experience of working with major heritage brands in producing high quality and personalised content, to work with the National Gallery Communications department and other major internal stakeholders to consolidate the Gallery’s brand proposition and to develop a content and tone of voice toolkit.
II.2.5) Award criteria:
Quality criterion - Name: Methodology / Weighting: 15
Quality criterion - Name: Resources & Schedule / Weighting: 20
Quality criterion - Name: Deliverables / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 5
Quality criterion - Name: Pitch / Weighting: 20
Cost criterion - Name: Price / 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
II.2) Description (lot no. 2)
II.2.1) Title:Digital concept production
Lot No:2
II.2.2) Additional CPV code(s):
79300000 - Market and economic research; polling and statistics.
II.2.3) Place of performance
Nuts code:
UKI1 - Inner London
Main site or place of performance:
Inner London
II.2.4) Description of the procurement: The Gallery will commission an external agency with experience of the multi-platform digital design, to work with the National Gallery Communications department and other major internal stakeholders to develop concepts for our next generation of digital products.
II.2.5) Award criteria:
Quality criterion - Name: Methodology / Weighting: 10
Quality criterion - Name: Resources & Schedule / Weighting: 10
Quality criterion - Name: Deliverables / Weighting: 20
Quality criterion - Name: Quality Assurance / Weighting: 15
Quality criterion - Name: Pitch / Weighting: 20
Cost criterion - Name: Price / Weighting: 25
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. 3)
II.2.1) Title:Wayfinding redesign
Lot No:3
II.2.2) Additional CPV code(s):
79300000 - Market and economic research; polling and statistics.
79930000 - Speciality design services.
92000000 - Recreational, cultural and sporting services.
92500000 - Library, archives, museums and other cultural services.
II.2.3) Place of performance
Nuts code:
UKI1 - Inner London
Main site or place of performance:
Inner London
II.2.4) Description of the procurement: The Gallery will commission an external agency with experience of designing exceptional navigation solutions for public spaces, to work with the National Gallery Communications department and other major internal stakeholders to design a new or improved wayfinding scheme throughout all external and internal areas.
II.2.5) Award criteria:
Quality criterion - Name: Methodology / Weighting: 15
Quality criterion - Name: Resources & Schedule / Weighting: 10
Quality criterion - Name: Deliverables / Weighting: 20
Quality criterion - Name: Quality Assurance / Weighting: 10
Quality criterion - Name: Pitch / Weighting: 20
Cost criterion - Name: Price / Weighting: 25
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 227-413395
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: 1
Title: Brand & Content Concept Development
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/04/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fabrique [design, communicatie & nieuwe media] BV
Prof. Snijdersstraat 5, 2628 RA Delft,, Netherlands
NUTS Code: NL333
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: 80,000
Total value of the contract/lot: 77,650
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Digital Design Concepts production
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/04/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fabrique [design, communicatie & nieuwe media] BV
Prof. Snijdersstraat 5, 2628 RA Delft, Netherlands
NUTS Code: NL333
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: 40,000
Total value of the contract/lot: 39,825
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Not Provided
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Wayfinding Redesign
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/04/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AIG Edenspiekermann Ltd (trading as Applied Wayfinding)
3rd floor, 22 Stukeley Street, London, WC2B 5LR, United Kingdom
NUTS Code: UKI1
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: 110,000
Total value of the contract/lot: 100,000
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=201545679
VI.4) Procedures for review
VI.4.1) Review body
The National Gallery
Trafalgar Square, London, WC2N 5DN, 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: 06/05/2016