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

Audio Guides - Churchill War Rooms and HMS Belfast.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Imperial War Museum
Lambeth Road
For the attention of: Simon Bourne
SE1 6HZ London
UNITED KINGDOM
Telephone: +44 2074165257
E-mail:

Internet address(es):

General address of the contracting authority: www.iwm.org.uk

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: Imperial War Museum
Lambeth Road
For the attention of: Simon Bourne
SE1 6HZ London
UNITED KINGDOM
Telephone: +44 2074165257
E-mail:
Internet address: www.iwm.org.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: National Museum
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:
Audio Guides - Churchill War Rooms and HMS Belfast.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKI1

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Audio-visual equipment. This Contract covers the provision fo a new audio tour and players to two of IWM's five public sites: Churchill War Rooms and HMS Belfast. This will require the successful provider to work with IWM to develop the tour scripts, to manage the production of the tours and to provide and maintain the players to be distributed to our visitors.
II.1.6)Common procurement vocabulary (CPV)

32321200

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The current estimate is to provide a total of 1000 players for use at both sites, with the ability to increase these numbers to 1200 during peak attendance periods. In addition to the players, we will require the tour for each site to be provided in five foreign language options.
Estimated value excluding VAT:
Range: between 900 000 and 1 100 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial contract is to be for a 5 year period but with the option to extend by an additional 2 years at the end of this period.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.3.2015. Completion 29.2.2020

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees 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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: All the selection criteria are shown in the PQQ document which can be downloaded as indicated in this notice.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IWM/Bel/956
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.3.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.3.2014
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
This is a recurrent procurement: no
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Audio-visual-equipment./K8A693975C

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/K8A693975C

GO Reference: GO-2014129-PRO-5423017
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: IWM will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from IWM before the contract is entered into.
Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Sector Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales & Northern Ireland. Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the court may order the settling of the award decision or order IWM to amend any document and may award damages. if the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.1.2014