National Maritime Museum: Architectural Services- Royal Observatory Greenwich

  National Maritime Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Architectural Services- Royal Observatory Greenwich
Notice type: Contract Notice
Authority: National Maritime Museum
Nature of contract: Services
Procedure: Restricted
Short Description: We require the services of a chartered architectural practice, with extensive experience in Heritage architecture within a World Heritage Site, to deliver an architectural proposition for the Royal Observatory Greenwich. The practice will form and lead a multidisciplinary team which will develop an innovative solution to maximise the available footprint; improve site access and enhance the overall visitor experience of the ROG. The solution could include a new build element located adjacent to the Planetarium and listed South Building. The practice would act as Lead Consultant and Principal Designer on the architectural base build.
Published: 03/08/2021 11:51
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-London: Architectural and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             National Maritime Museum, United Kingdom
             Park Row, Greenwich, London, SE10 9NF, United Kingdom
             Tel. +44 2083126629, Email: skennedy@rmg.co.uk
             Contact: Sue Kennedy
             Main Address: 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-London:-Architectural-and-related-services./E33SS44TNF
      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: Architectural Services- Royal Observatory Greenwich       
      Reference Number: RMG/0119
      II.1.2) Main CPV Code:
      71200000 - Architectural and related services.
      FG25-4 - For buildings or goods of particular historical or architectural interest

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: We require the services of a chartered architectural practice, with extensive experience in Heritage architecture within a World Heritage Site, to deliver an architectural proposition for the Royal Observatory Greenwich. The practice will form and lead a multidisciplinary team which will develop an innovative solution to maximise the available footprint; improve site access and enhance the overall visitor experience of the ROG. The solution could include a new build element located adjacent to the Planetarium and listed South Building. The practice would act as Lead Consultant and Principal Designer on the architectural base build.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      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:
      UKI LONDON
      
      II.2.4) Description of procurement: We require the services of a chartered architectural practice, with extensive experience in Heritage architecture within a World Heritage Site, to deliver an architectural proposition for the Royal Observatory Greenwich. The practice will form and lead a multidisciplinary team which will develop an innovative solution to maximise the available footprint; improve site access and enhance the overall visitor experience of the ROG. The solution could include a new build element located adjacent to the Planetarium and listed South Building.

The practice would:
•Act as Lead Consultant and Principal Designer on the architectural base build. Specialist fit-out designers for galleries, retail and catering will be appointed separately by RMG.
•Help develop and respond to the brief with innovative solutions which address the problems and needs identified therein.
•Lead a multidisciplinary team (to include QS, Structural engineer, M&E consultant, Fire system consultant etc) to develop a RIBA Stage 2 Concept plan capable of securing ‘in principle’ support from Historic England, RB Greenwich and other key stakeholders.
•Provide a Concept cost plan, identifying a phased delivery of individual elements.

If RMG wish to proceed through RIBA Planning and Construction phases, the lead consultant will also:
•Provide fully co-ordinated design services with external design teams.
•Act as Contract Administrator.
•Act as Employers Agent.

The Royal Observatory Greenwich is a Scheduled Monument and consists of a series of Grade I, II* and II listed buildings, a courtyard with the meridian line marked within it, a planetarium, galleries and learning spaces, ticketing areas, shops, a café, visitor amenities, offices, meeting rooms and other back of house and external spaces all located within the Greenwich Park Conservation Area, Grade I Registered Park and Garden of Special Historic Interest.
      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: 04/01/2022 / End: 09/09/2024       
      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: 3
             
      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: The contract value is based on an initial construction estimate of £4.5million and is subject to the architectural proposals successfully proceeding through the RIBA stages and all necessary approvals and funding being in place.
NB: THE PERIOD OF WORK STATED IS DEPENDENT ON THE PROJECT PASSING THROUGH THE RIBA STAGES AND ALL NECESSARY APPROVALS.       


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: 02/09/2021 Time: 10:00
      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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-and-related-services./E33SS44TNF

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E33SS44TNF
   VI.4) Procedures for review
   VI.4.1) Review body:
             National Maritime Museum
       Park Row, Greenwich, London, SE10 9NF, United Kingdom
       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: 03/08/2021

Annex A


View any Notice Addenda

View Award Notice