ROG Heritage Building Fabric, Roofing & Refurbishing Works: RMG Framework: Quantity Surveying & Contract Administration, Project Management & CDM Services

  ROG Heritage Building Fabric, Roofing & Refurbishing Works is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMG Framework: Quantity Surveying & Contract Administration, Project Management & CDM Services
Notice type: Contract Notice
Authority: ROG Heritage Building Fabric, Roofing & Refurbishing Works
Nature of contract: Services
Procedure: Restricted
Short Description: RMG is seeking quantity surveying, contract administration, project management and CDM Professional services to support the delivery of a programme of exhibition and refurbishment project across the Royal Observatory Greenwich, National Maritime Museum, Queen's House and Cutty Sark over the next few years. Projects will include (but not be limited to) feasibility studies and projects from RIBA Stages 1 - 7, including smaller temporary displays, larger temporary exhibitions, new permanent galleries and refurbishment of spaces in historic buildings. Project fit-out budgets will vary depending on the size and nature of the project, but could range from £30,000 to £2m+. Knowledge and experience of base build / infrastructure as well as exhibition fit-out will be required. Demonstrable experience of working with Museum and Heritage clients will be required.
Published: 16/08/2022 18:57
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-Greenwich: Museum services.
Section I: Contracting Authority
      I.1) Name and addresses
             National Maritime Museum
             National Maritime Musuem, Park Row, Greenwich, SE10 9NF, United Kingdom
             Tel. +44 2083126524, Email: mwebb@rmg.co.uk
             Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
             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-Greenwich:-Museum-services./9HEHS64G6R
      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: RMG Framework: Quantity Surveying & Contract Administration, Project Management & CDM Services       
      Reference Number: RMG/0133
      II.1.2) Main CPV Code:
      92521000 - Museum services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: RMG is seeking quantity surveying, contract administration, project management and CDM Professional services to support the delivery of a programme of exhibition and refurbishment project across the Royal Observatory Greenwich, National Maritime Museum, Queen's House and Cutty Sark over the next few years. Projects will include (but not be limited to) feasibility studies and projects from RIBA Stages 1 - 7, including smaller temporary displays, larger temporary exhibitions, new permanent galleries and refurbishment of spaces in historic buildings. Project fit-out budgets will vary depending on the size and nature of the project, but could range from £30,000 to £2m+. Knowledge and experience of base build / infrastructure as well as exhibition fit-out will be required. Demonstrable experience of working with Museum and Heritage clients will be required.       
      II.1.5) Estimated total value:
      Value excluding VAT: 750,000       
      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: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Suppliers can tender for one or more of the three Lots, up to the maximum of three.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Quantity Surveying and Contract Administration Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71324000 - Quantity surveying services.
      71244000 - Calculation of costs, monitoring of costs.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Quantity surveying and Contract Administration services to support the range of exhibition and refurbishment projects across RMG sites outlined above. Consultants will be required to estimate project costs from the initiation through to delivery of projects, including pre-tender estimates; lead value engineering exercises, advise on market volatility and work with RMG to achieve best value on projects; contribute to feasibility exercises; advise RMG on types of contracts to be used for particular projects, including methods of procurement; and administrate these contracts throughout the life of the projects. Contracts will either be from the JCT suite of contracts, the NEC suite of contracts, or using RMG’s own templates (the latter will be for smaller projects only).
      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: 472,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/11/2022 / End: 30/11/2026       
      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:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Companies who demonstrate the relevant experience required to undertake the services
      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/9HEHS64G6R       
II.2) Description Lot No. 2
      
      II.2.1) Title: Project Management Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72224000 - Project management consultancy services.
      71244000 - Calculation of costs, monitoring of costs.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Supply of project management services to support the range of exhibition and refurbishment projects across Royal Museums Greenwich sites outlined above. Consultants will be required to manage and deliver specific projects, liaising closely with RMG teams. Work will include (but not be limited to) planning work that needs to be done and who will be doing it, managing project risks, ensuring quality, co-ordinating works by others, managing programme and budget, including changes, and regular reporting.
      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: 120,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/11/2022 / End: 30/11/2026       
      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:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Companies who demonstrate the relevant experience required to undertake the services
      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. 3
      
      II.2.1) Title: CDM Professional (Principal Designer and / or Client Advisor) Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71317200 - Health and safety services.
      79933000 - Design support services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Supply of Principal Designer (CDM) services and / or client advice in relation to CDM, to support the range of exhibition and refurbishment projects across RMG sites outlined above. Consultants will be required to work within the Construction (Design and Management) Regulations 2015, and on certain projects will be required to act as Principal Designer, working closely with an appointed Exhibition Designer to eliminate, reduce or control risks. They will also be required to assist the client in the planning, managing, monitoring, and coordination of health and safety in the pre-construction phase, helping RMG to bring together pre-construction information, and to provide the information that designers and contractors need. They will also be required to liaise with the Principal Contractor during the construction phase, and advise the Client on matters of health and safety and CDM during the Construction phase, and work with contractors and consultants to ensure that a completed Health and Safety File is delivered to RMG in a timely manner.
      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: 117,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 29/11/2022 / End: 30/11/2026       
      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:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Companies who demonstrate the relevant experience required to undertake the services
      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 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         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: 2021/S 000 - 031680       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/09/2022 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/09/2022       
      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): 6
      
      

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 No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Greenwich:-Museum-services./9HEHS64G6R

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9HEHS64G6R
   VI.4) Procedures for review
   VI.4.1) Review body:
             National Maritime Museum
       Park Row, London, SE10 9NF, United Kingdom
       Tel. +44 2083126524, Email: mwebb@rmg.co.uk
       Internet address: www.rmg.co.uk
   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: 16/08/2022

Annex A


View any Notice Addenda

View Award Notice