Section one: Contracting authority
one.1) Name and addresses
The Trustees of The British Museum
Great Russell Street
London
WC1B 3DG
Telephone
+44 2073238000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.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:-Market-research-services./NZ92N3ZSX6
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Museums and Galleries Market Insights Framework
Reference number
BM.22.073
two.1.2) Main CPV code
- 79310000 - Market research services
two.1.3) Type of contract
Services
two.1.4) Short description
The British Museum is leading a collaborative procurement exercise for the provision of market research services on behalf of a number of publicly funded London based museums and galleries. The work will comprise quantitative research of visitors to each of these organisations and their regional sites, followed by the production and supply of data, analysis and reporting so that data history is consistent, and longer-term trends can be analysed. Data collection will be mainly from face to face interviews with visitors to the participating sites, some sites may choose to use online data collection. From the access to this breadth and depth of sector data, the successful agency would be expected to provide further insight and interpretation. Interested parties will need to demonstrate a track record in providing insightful analysis and reports based on solid understanding of consumer brands including but not limited to cultural/visitor attractions in the heritage sector
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
It is the intention of The British Museum to procure on behalf of a consortium including itself and a group of partner museums and galleries a four-year framework agreement with a single supplier that will be expected to provide market research services covering quantitative audience profiling (demographics, attitudes and behaviours), reporting and benchmarking for the consortium. This will cover regular year-long visitor surveys. Members of the consortium include:
The British Museum
Tate Gallery (including Tate Liverpool and St. Ives)
Victoria and Albert Museum (including Young V&A, V&A Storehouse, and V&A East from 25/26)
Natural History Museum (including the Natural History Museum at Tring)
National Gallery
National Portrait Gallery
Imperial War Museums (including IWM North)
Museum of London (main site from 26/27, including MoL Docklands)
National Army Museum
The Horniman Museum and Gardens
Wellcome Collection
The Wallace Collection
The Science Museum
Museum of the Home
Consortium members require a robust representative overview of the profile, motivations, behaviours and visit outcomes of the visitors to their sites across the financial year. Representative data should be collected via a core method of face-to-face exit surveys conducted throughout the year at each site with the option for some sites to offer online methods if they are able and wish to. All data collection is to be conducted in accordance with best practice principles for market research activities.
Members require that data is collected and reported monthly, quarterly and annually, following the standard financial year. The expectation of the members is that they will have access to the collected weighted and cleaned data at the level of respondent and group, as well as regular delivery of summarised excel spreadsheets at the end of each month, quarter and financial year - both by site and relevant benchmarking tables. Beyond the provision of data as outline above, members will require varying levels of written quarterly and annual reporting and in person presentation of findings.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/NZ92N3ZSX6
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 February 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Market-research-services./NZ92N3ZSX6" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Market-research-services./NZ92N3ZSX6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NZ92N3ZSX6" target="_blank">https://www.delta-esourcing.com/respond/NZ92N3ZSX6
GO Reference: GO-202319-PRO-21885381
six.4) Procedures for review
six.4.1) Review body
The British Museum
Great Russell Street
London
WC1B 3DG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square
London
WC1A 2LP
Country
United Kingdom