Section one: Contracting authority
one.1) Name and addresses
British Film Institute
21 Stephen Street
London
W1T 1LN
Contact
Vicki Akinosho
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://in-tendhost.co.uk/bfi/aspx/Home
Buyer's address
https://in-tendhost.co.uk/bfi/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/bfi/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/bfi/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Charity
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Film Scanning Mastering and Restoration Services
Reference number
2025/417
two.1.2) Main CPV code
- 92100000 - Motion picture and video services
two.1.3) Type of contract
Services
two.1.4) Short description
The BFI requires several Suppliers to deliver Film Scanning, Mastering and Restoration Services under a Framework Agreement. The British Film Institute is responsible for the accessibility and preservation of a significant share of the UKs film heritage and aims to make it available to audiences through the widest range of platforms and technologies. The film collections cared for by the BFI National Archive encompass the entire history of cinema and include examples of an extremely wide range of formats and systems. To help achieve these objectives this framework agreement invites bidders to propose a range of scanning and digital image and audio mastering and restoration services along with costs which can be drawn upon to augment technical capacity within the BFI’s Archive and Content departments. While the BFI maintains considerable expertise and equipment to support and preserve these formats, this Tender seeks a greater range and capacity through commercial provision.
two.1.5) Estimated total value
Value excluding VAT: £1,065,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 92100000 - Motion picture and video services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Berkhamsted
two.2.4) Description of the procurement
The BFI requires several Suppliers to deliver Film Scanning, Mastering and Restoration Services under a Framework Agreement. The British Film Institute is responsible for the accessibility and preservation of a significant share of the UK’s film heritage and aims to make it available to audiences through the widest range of platforms and technologies. The film collections cared for by the BFI National Archive encompass the entire history of cinema and include examples of an extremely wide range of formats and systems.To help achieve these objectives this framework agreement invites bidders to propose a range of scanning and digital image & audio mastering and restoration services, along with costs, which can be drawn upon to augment technical capacity within the BFI’s Archive and Content departments.While the BFI maintains considerable expertise and equipment to support and preserve these formats, this Tender seeks a greater range and capacity through commercial provision.
two.2.5) Award criteria
Quality criterion - Name: Quality Weighting / Weighting: 80%
Cost criterion - Name: Price / Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £1,065,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 September 2025
End date
7 September 2028
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend the framework for 1 year after the initial 3 year term
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Following the SSQ evaluation, a maximum of 10 ranked suppliers will be shortlisted for the ITT stage.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see the SSQ Instructions for further details.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please see the SSQ Instructions for further details.
Minimum level(s) of standards possibly required
Please see details in the SSQ Instructions
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 several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Maximum of four years only
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
10 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 April 2025
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: 36 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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
The framework will be awarded for 3 years initially with an option to extend for 1 yearPlease Note: This requirement will be awarded as a Framework Agreement therefore the BFI does not guarantee any work during the term of the Agreement.
six.4) Procedures for review
six.4.1) Review body
British Film Institute
21 Stephen street
London
Country
United Kingdom