By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Multimedia Guides.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The British Museum
Great Russell Street
Contact point(s): Procurement
For the attention of: Steven Davies
WC1B 3DG London
UNITED KINGDOM
Telephone: +44 2073238739
E-mail:

Internet address(es):

General address of the contracting authority: http://www.britishmuseum.org/

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
Body governed by public law
I.3)Main activity
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities
The 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:
Multimedia Guides.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Lease

NUTS code UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 7
Justification for a framework agreement, the duration of which exceeds four years: To allow adequate return on investment.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 500 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Multimedia equipment. Electronic equipment. Mobile telephones. Tablet computer. The British Museum is looking for a supplier to provide on a monthly lease basis, portable, easy-to-use Multimedia electronic devices that the Museum will hire out to visitors to support their visit around the permanent galleries and for special exhibitions.
The project is due to launch to the public on 1.12.2014 and a framework agreement for 7 years will be entered into with the successful supplier. This initiative is a development to the current 5-year project (ending 30.11.2014), in which the British Museum uses smartphone devices as Multimedia guides for its special exhibitions and hand held audiovisual guide devices for permanent galleries.
For this new procurement, we are expecting cost-effective devices that will provide the functionality we require without sacrificing on customer experience. Therefore we are keen on exploring device options including smartphones and potentially tablets and multimedia glasses and other latest technologies.
The British Museum will be developing the audio and visual content and leading the interface design and software development; and we will manage the hire and revenue collection of the multimedia guides in-house. In addition to the devices themselves, we wish the supplier to provide supporting hardware, including charging racks and headphones. We may also require the supplier to provide occasional integration expertise for the software and content on the devices. The supplier will also provide on-going support and maintenance for the duration of the contract.
II.1.6)Common procurement vocabulary (CPV)

32322000, 31710000, 32250000, 30213200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Provision of a framework agreement to supply multimedia electronic devices.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and / or parent company guarantee may be required.
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 conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information 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 ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Please supply the information required in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Please supply the information required in the Pre-Qualification Questionnaire.
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 procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: The justification and criteria for shortlisting economic operators to be invited to tender is available in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BM/14/001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.3.2014 - 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 up
English.
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 funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Pre-Qualification Questionnaire (PQQ) to be completed with 2 hard copies and 1 copy returned on CD or memory stick by the deadline stated in IV.3.4. Please email for the PQQ. Failure to complete and return a PQQ will disqualify an economic operator. Economic operators should note that the British Museum reserves the right to cancel this procurement at any stage. There is no obligation for the British Museum to place contracts under the framework agreement. Economic operators are liable for all their costs of tendering and any other costs associated with participating in this procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87333157

GO Reference: GO-201424-PRO-5436893
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The British Museum
Great Russell Street
WC1B 3DG London
UNITED KINGDOM
E-mail:
Telephone: +44 2073238000
Internet address: http://www.britishmuseum.org/

Body responsible for mediation procedures

Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
Telephone: +44 2074217444
Internet address: http://www.ciarb.org/

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

The British Museum
Great Russell Street
WC1B 3DG London
UNITED KINGDOM
E-mail:
Telephone: +44 2073238739
Internet address: http://www.britishmuseum.org/

VI.5)Date of dispatch of this notice:
4.2.2014

Other interesting websites