National Maritime Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework Agreement for Packing, Transportation, Storage. Comprising 3 Lots. High Value Historic Artifacts and Standard Objects. The Prequalification Documentation and scope of services may be obtained at www.rmg.co.uk/PQandattachments |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | i.Lot 1. Exhibition specific (both permanent and temporary, UK and international).. ii.Lot 2 Inter site (none Exhibition) packing and transportation within UK between NMM's domestic and commercial sites. iii.Lot 3 Turnkey Exhibitions (UK and Overseas) and Inter Site packing and transportation (UK), all for standard items , namely not for museum collections (namely no fine art or historical artifacts). |
Published: | 22/03/2016 18:16 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
National Maritime Museum
Park Way, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: cbirch@rmg.co.uk, URL: www.RMG.co.uk, URL: Park Way, Greenwich
Contact: Please refer to Complementary Information, Section VI.3 for contacts and email addresses for each LOT
Electronic Access URL: www.rmg.co.uk/PQandattachments
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: National Museum
I.3) Main activity:
Recreation, culture and religion
Education
Other: Museum
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: Framework Agreement for Packing, Transportation, Storage. Comprising 3 Lots. High Value Historic Artifacts and Standard Objects. The Prequalification Documentation and scope of services may be obtained at www.rmg.co.uk/PQandattachments
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 900,000
Currency: GBP
Frequency and value of the contracts to be awarded: LOT1 annually Lots 2 and 3 more frequently
II.1.5)Short description of the contract or purchase:
Museum-exhibition services. i.Lot 1. Exhibition specific (both permanent and temporary, UK and international)..
ii.Lot 2 Inter site (none Exhibition) packing and transportation within UK between NMM's domestic and commercial sites.
iii.Lot 3 Turnkey Exhibitions (UK and Overseas) and Inter Site packing and transportation (UK), all for standard items , namely not for museum collections (namely no fine art or historical artifacts).
II.1.6)Common Procurement Vocabulary:
92521100 - Museum-exhibition services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1. Exhibition specific (both permanent and temporary, UK and international).
Lot 2 Inter site (none Exhibition) packing and transportation within UK.
Lot 3 Turnkey Exhibitions (UK and Overseas) and Inter Site packing and transportation (UK), NOT for museum collections (i.e no fine art or historical artifacts).
Estimated value excluding VAT: 900,000
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
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: High Value Artefacts for Exhibitions (Permanent and Temporary, UK and International)
1)Short Description:
Exhibition specific (both permanent and temporary, UK and international). To undertake and co-ordinate the complete logistics operation for highly valuable and fragile historic artefacts belonging to and on loan to the National Maritime Museum.
2)Common Procurement Vocabulary:
92521100 - Museum-exhibition services.
3)Quantity Or Scope:
Shall include (a) inward and outward transportation (collections and returns to lenders); (b) provision of crates and transit containers where required; (c) assistance with packing where required; (d) storage of crates and transit containers; (e) liaising with overseas agents and customs, and organising freighter consignments; (f) organising courier travel and accommodation; (g) installation and de-installation of objects on site
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Firms may to apply to prequalify for any number of Lots.
Lot No: 2
Title: High Value Artifacts Inter-site UK Based None Exhibition)
1)Short Description:
Inter site (none Exhibition) packing and transportation within UK. To undertake and coordinate the complete logistics operations for highly valuable and fragile historic artefacts belonging to the National Maritime Museum and loans to the National Maritime Museum
2)Common Procurement Vocabulary:
92521000 - Museum services.
92521100 - Museum-exhibition services.
3)Quantity Or Scope:
The packing, transportation and storage for highly valuable and fragile historic between the National Maritime Museum's domestic sites and commercial sites within the UK and shall include (a) collection; (b) provision of crates and transit containers where required; (c) assistance with packing where required; (d) storage of crates and transit containers; (e) transportation; (g) temporary storage where required.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Standard Objects [No Fine Art or Historic Artefacts]
1)Short Description:
The packing, transportation and storage of standard objects for (i)Turn-key Touring Exhibitions in UK and Overeas; (ii) Inter- site UK Based- between NMM's domestic sites in the UK
2)Common Procurement Vocabulary:
92521000 - Museum services.
3)Quantity Or Scope:
The packing, transportation and storage of items that shall typically consist of modular set-works, props, light boxes, graphic panels, audio visual equipment, reproduction photographs, warehouse fittings and fixtures, pieces of machinery and racking.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
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:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Monthly basis by electronic transfer within 30 days of receipt of invoice for services undertaken in preceding month
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See Prequalification document which, together with the scope of services can be accessed at www.rmg.co.uk/PQandattachments
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
See Prequalification document which, together with the scope of services, can be accessed at www.rmg.co.uk/PQandattachments
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:
See Prequalification document which, together with the scope of services can be accessed at www.rmg.co.uk/PQandattachments
Minimum Level(s) of standards possibly required:
See Prequalification document which, together with the scope of services can be accessed at www.rmg.co.uk/PQandattachments
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
See Prequalification document which, together with the scope of services can be accessed at www.rmg.co.uk/PQandattachments
Minimum Level(s) of standards possibly required:
See Prequalification document which, together with the scope of services can be accessed at www.rmg.co.uk/PQandattachments
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 number of operators: 5
Objective Criteria for choosing the limited number of candidates:
See Prequalification document.
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: Framework CB1
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 18/04/2016
Time: 17:00
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: No
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.Contact details as follows:
Lot 1- Laura Eades (Mon- Wed, email: leades@rmg.co.uk; Lisa Evans (Wed- Fri), email: levans@rmg.co.uk;
Lot 2- Jane Wilson, email jwilson@rmg.co.uk
Lot 3: Matthew Lawrence, email: mlawrence@rmg.co.uk, Rhian Alexander, email ralexander@rmg.co.uk
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of applicants/tenderers will be based solely on the criteria set out fin the prequalification or tender documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Museum-exhibition-services./38589Y836H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38589Y836H
GO-2016322-PRO-7957893 TKR-2016322-PRO-7957892
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: 22/03/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Board of Trustees of the National Maritime Museum
Park Way, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 2088584422, Email: cbirch@rmg.co.uk
Contact: Please refer to Complementary Information, Section VI.3 for contacts and email addresses for each LOT
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.4)Type of the contracting authority:
Other type:: National Museum
I.5) Main activity:
Other activity: Museum
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for Packing,Transportation, Storage, comprising 4 Lots.
Reference number: Not Provided
II.1.2) Main CPV code:
92521000 - Museum services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: i.Lot 1. Exhibition specific (both permanent and temporary, UK and international), highly valuable and historical artefacts;
ii.Lot 2 Inter site (none Exhibition) packing and transportation within UK between NMM's domestic and commercial sites, highly valuable and historical artefacts;
iii.Lot 3A Turnkey Exhibitions (UK and Overseas) for non-fine art/historic objects; and
iv. Lot 3B Inter Site packing and transportation (UK) for non-fine art/historic objects.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 900,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:High Value Artefacts for Exhibitions (Permanent and Temporary, UK and International)
Lot No:1
II.2.2) Additional CPV code(s):
92521100 - Museum-exhibition services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Exhibition specific (both permanent and temporary, UK and international). To undertake and co-ordinate the complete logistics operation for highly valuable and fragile historic artefacts belonging to and on loan to the National Maritime Museum and shall include (a) inward and outward transportation (collections and returns to lenders); (b) provision of crates and transit containers where required; (c) assistance with packing where required; (d) storage of crates and transit containers; (e) liaising with overseas agents and customs, and organising freighter consignments; (f) organising courier travel and accommodation; (g) installation and de-installation of objects on site. .
II.2.5) Award criteria:
Quality criterion - Name: Technical Competency:Assessment of Tenderers' Method Statements in response to questions in Case Studies and Assistance on Site / Weighting: 60%
Cost criterion - Name: Price calculated from Schedule of Rates, Lot 1 / Weighting: 40%
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:Inter Site Delivery
Lot No:2 (Non Exhibition) Packing, Transportation and Storage of Highly Valuable and Historic Artefacts
II.2.2) Additional CPV code(s):
92521000 - Museum services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Inter site (none Exhibition) packing and transportation within UK. To undertake and coordinate the complete logistics operations for highly valuable and fragile historic artefacts belonging to the National Maritime Museum and loans to the National Maritime Museum between its domestic sites and other sites within the UK and shall include (a) collection; (b) provision of crates and transit containers where required; (c) assistance with packing where required; (d) storage of crates and transit containers; (e) transportation; (g) temporary storage where required.
II.2.5) Award criteria:
Quality criterion - Name: Technical Competency: Assessment of Tenderers' Method Statements in response to questions in Case Studies and Scenario / Weighting: 60%
Price Calculated from Schedule of Rates, Lot 2 - Weighting: 40%
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:Lot 3A Turnkey Exhibitions (UK and Overseas) for non-fine art/historic artefacts
Lot No:Lot 3A
II.2.2) Additional CPV code(s):
92521100 - Museum-exhibition services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Turnkey Exhibitions (UK and Overseas) Items shall typically consist of modular set-works, props, light boxes, graphic panels, audio visual equipment, and reproduction photographs.
II.2.5) Award criteria:
Quality criterion - Name: Technical Competency: Assessment of Tenderers' Method Statments in response to questions in Case Study / Weighting: 20%
Cost criterion - Name: Price Schedule calculated from Schedule of Rates, Lot 3A / Weighting: 80%
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. 4)
II.2.1) Title:Inter Site (none Exhibition) packing and transportation (UK) for non-fine art/historic objects.
Lot No:Lot 3B
II.2.2) Additional CPV code(s):
92521000 - Museum services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Inter Site packing and transportation (UK) for non-fine art/historic objects. Items shall typically consist of warehouse fittings and fixtures, pieces of machinery, and racking.
II.2.5) Award criteria:
Quality criterion - Name: Technical Competency: Assessment of Tenderers' Method Statements in response to questions in Case Study / Weighting: 20%
Cost criterion - Name: Price calculated from Schedule of Rates, Lot 3B / Weighting: 80%
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: 2016/S 60-101640
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: Exhibition Specific (both permanent and temporary, UK and International), packing transportation and storage of highly valuable and historic artefacts
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
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: Yes
Contractor (No.1)
CONSTANTINE LTD
Constantine House, 20-26, Sandgate Street, London, SE15 1LE, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
CROWN FINE ART LTD
Arts Centre, Union Court, 20-22 Union Road, London, SW4 6JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
MARTINSPEED LTD
Albert Yard, 7,Glasshouse Walk, London, SE11 5ES, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
MOMART LTD
Exchange Tower, 6th Floor, 2, Harbour Exchange Square, London, E14 6GE, United Kingdom
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: 400,000
Total value of the contract/lot: 400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Inter Site (non
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
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: Yes
Contractor (No.1)
CROWN FINE ART LTD
Art Central, 20-22 Union Road, London, SW4 6JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
CONSTANTINE LTD
Constantine House, 20-26, Sandgate Street, London, SE15 1LE, United Kingdom
Email: Cbirch@rmg.co.uk
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
GANDER & WHITE SHIPPING LTD
Unit1, St Martin's Lane, Wimblerdon, London, SW17 0JH, United Kingdom
Email: Cbirch@rmg.co.uk
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.4)
MARTINSPEED LTD
Albert Yard, 7,Glasshouse WALK, London, SE11 5ES, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.5)
MOMART LTD
Exchange Tower, 6th Floor, 2, Harbour Exchange Square, London, E14 9GE, United Kingdom
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: 100,000
Total value of the contract/lot: 100,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Lot 3A
Lot Number: 3
Title: Turnkey Exhibitions (UK and Overseas) for none fine art/historic objects
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2016
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
CROWN FINE ART LTD, Art Central
20-22, Union Road, Clapham, London, SW4 6JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
MERITEX INTERNATIONAL FREIGHT SERVICES LTD
The Coach House, 20 Northernhay Street, Exeter, Devon, EX4 3ER, United Kingdom
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: 50,000
Total value of the contract/lot: 50,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Lot 3B
Lot Number: 3
Title: Inter Site (non Exhibition) packing and transportation for non-fine art/historic objects
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
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: Yes
Contractor (No.1)
CROWN FINE ART LTD
Art Central, 20-22, Union Road, Clapham, London, SW4 6JP, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.2)
MERITEX INTERNATIONAL FREIGHT SERVICES LTD
The Coach House, 20 Northernhay Street, Exeter, Devon, EX4 3ER, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
Contractor (No.3)
PREMIER WORKPLACE SERVICES (trading name of Premier Moves Ltd)
Pennine House, 8, Stanford Street, Nottingham, NG1 7BQ, United Kingdom
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: 50,000
Total value of the contract/lot: 50,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=218128885
VI.4) Procedures for review
VI.4.1) Review body
The National Maritime Museum
Park Row, Greenwich, 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: 16/09/2016