Section one: Contracting authority
one.1) Name and addresses
British Film Institute
BFI, 21 Stephen Street
London
W1T 1LN
Telephone
+44 2079574849
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
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
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
https://in-tendhost.co.uk/bfi/aspx/Home
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
Audio Visual Services (AVS)
Reference number
2021/250
two.1.2) Main CPV code
- 92110000 - Motion picture and video tape production and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The BFI and its strategic partners are responsible for the preservation and public accessibility of a significant share of UK audio visual heritage. It is universally accepted that content essentially ‘locked’ within obsolete tape-based audio and video recording systems are increasingly at risk due to the proprietary and commercially unsupported nature of the products used to create them over a period spanning many decades.While the BFI and its partners maintain considerable expertise and machinery to support and preserve these formats through digitisation, it is clear that greater capacity through commercial provision will be required to facilitate an accelerated programme of large-scale digitisation for video and audio content to provide suitable digital file formats and associated metadata for long-term preservation.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 92110000 - Motion picture and video tape production and related services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The BFI and its strategic partners are responsible for the preservation and public accessibility of a significant share of UK audio visual heritage. It is universally accepted that content essentially ‘locked’ within obsolete tape-based audio and video recording systems are increasingly at risk due to the proprietary and commercially unsupported nature of the products used to create them over a period spanning many decades.While the BFI and its partners maintain considerable expertise and machinery to support and preserve these formats through digitisation, it is clear that greater capacity through commercial provision will be required to facilitate an accelerated programme of large-scale digitisation for video and audio content to provide suitable digital file formats and associated metadata for long-term preservation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Agreement is for an initial 36 month period with the option to extend for a further 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
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.1.2) 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
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The duration of this framework is a maximum of 4 years
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
15 June 2021
Local time
12:00pm
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
Tender must be valid until: 13 September 2021
four.2.7) Conditions for opening of tenders
Date
15 June 2021
Local time
12:15pm
Place
Tenders will be opened electronically, via the BFI's In-Tend eProcurement Portal, under the supervision of two members of the BFI Procurement Team.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: At the end of the current framework agreement which is maximum of 4 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
BFI
21 Stephen Street
London
W1T 1LN
Country
United Kingdom