Tender

Provision of Film/Audio/Video production services for NWS

  • Radioactive Waste Management Limited

F02: Contract notice

Notice identifier: 2022/S 000-030951

Procurement identifier (OCID): ocds-h6vhtk-03513b

Published 2 November 2022, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Radioactive Waste Management Limited

Building 329, Thomson Avenue

Didcot

OX11 0GD

Contact

Patrick Butler

Email

patrick.butler@nda.gov.uk

Telephone

+44 1925947212

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

8920190

Internet address(es)

Main address

https://www.gov.uk/government/organisations/radioactive-waste-management

Buyer's address

https://www.gov.uk/government/organisations/radioactive-waste-management

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

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://one-nda.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Part Of NDA


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Film/Audio/Video production services for NWS

Reference number

RWM562

two.1.2) Main CPV code

  • 92111250 - Information film production

two.1.3) Type of contract

Services

two.1.4) Short description

NWS requires an experienced agency of Film, Audio and Video Production with demonstrable credentials, which include previous work for high profile clients. The Contractor’s staff will work with NWS and will bring a variety of skills and competences within Film, Audio and Video Services and the team will have experience from previous assignments and contracts. With direction from NWS’s Creative Lead, the successful contractor will assist with the development of film/audio production across the deliverables, while adhering to NWS brand values, to the highest standard, on time and on budget.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Didcot

two.2.4) Description of the procurement

NWS requires an experienced agency of Film, Audio and Video Production with demonstrable credentials, which include previous work for high profile clients. The Contractor’s staff will work with NWS and will bring a variety of skills and competences within Film, Audio and Video Services and the team will have experience from previous assignments and contracts. With direction from NWS’s Creative Lead, the successful contractor will assist with the development of film/audio production across the deliverables, while adhering to NWS brand values, to the highest standard, on time and on budget.

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: £750,000

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.2.10) 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.1.2) 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.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-019090

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 December 2022

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: 31 December 2022

four.2.7) Conditions for opening of tenders

Date

1 December 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk