Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: The National Gallery
Postal address: Trafalgar Square
Town: London
Postal code: WC2N 5DN
Country: United Kingdom
E-mail: contracting@ng-london.org.uk
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
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 performanceServices
Service category No 10: Market research and public opinion polling services
NUTS code UKI1 Inner London
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
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 (CPV)79300000 Market and economic research; polling and statistics, 92000000 Recreational, cultural and sporting services, 92500000 Library, archives, museums and other cultural services, 79930000 Specialty design services
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1 — Brand and content concept production 80 000 GBP;
Lot 2 — Digital concept production 40 000 GBP;
Lot 3 — Wayfinding redesign 110 000 GBP.
Estimated value excluding VAT: 230 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 1.4.2016. Completion 12.8.2016
Information about lots
Lot No: 1 Lot title: Brand and content concept production1)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 tool-kit.
2)Common procurement vocabulary (CPV)79300000 Market and economic research; polling and statistics, 92000000 Recreational, cultural and sporting services
3)Quantity or scopeEstimated value excluding VAT: 80 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.4.2016. Completion 12.8.2016
5)Additional information about lots
Lot No: 2 Lot title: Digital concept production1)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 (CPV)79300000 Market and economic research; polling and statistics
3)Quantity or scopeEstimated value excluding VAT: 40 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.4.2016. Completion 12.8.2016
5)Additional information about lots
Lot No: 3 Lot title: Wayfinding redesign1)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 (CPV)79300000 Market and economic research; polling and statistics, 79930000 Specialty design services, 92000000 Recreational, cultural and sporting services, 92500000 Library, archives, museums and other cultural services
3)Quantity or scopeEstimated value excluding VAT: 110 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.4.2016. Completion 12.8.2016
5)Additional information about lots
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: 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 registersInformation and formalities necessary for evaluating if the requirements are met: 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 the Regulation 23 (1) and 23 (2) 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 abilityInformation and formalities necessary for evaluating if the requirements are met: Information required in pre-qualification document.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Information required in pre-qualification document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 4: and maximum number 7
Objective criteria for choosing the limited number of candidates: Information assessed in pre-qualification documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 7.2.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.2.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.1.2016