Post Production Services Contract London
UK Holocaust Memorial Foundation Testimonies Post Production Services.
United Kingdom-London: Motion picture and video services
2017/S 015-024948
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Communities and Local Government
Fry Building, 2 Marsham St
Contact point(s): tim.lundy@communities.gsi.gov.uk
For the attention of: Tim Lundy
SW1P 4DF London
United Kingdom
E-mail: supplier@crowncommercial.gov.uk, eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority:https://www.gov.uk/government/organisations/department-for-communities-and-local-government
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.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: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
It is a national duty and a moral imperative to record, preserve and share these stories, and it is the vision of the Holocaust Commission that these be accessible to a wide range of audiences now and for generations to come.
The objective of this requirement will be for the Contractor to carry out high-quality post production work on a number of testimony recordings of Holocaust survivors and Bergen-Belsen liberators, as well as producing a number of shorter versions of those testimony recordings for educational and promotional purposes.
The outputs will need to be suitable for hosting and streaming on a publicly accessible online educational portal (the portal itself is not a requirement of this Procurement). The portal will include a ‘teachers’ corner’ where the educational clips will be available for use in schools. ‘Taster’ clips will be used for a range of communication purposes, including for broadcast. All outputs will need to be of broadcastable quality.
II.1.6)Common procurement vocabulary (CPV)
92100000, 92111250
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
a) produce a ‘clean’ version of each of the 112 testimonies;
b) produce a minimum of 15 ‘taster’ clips — approximately 5 minutes each — from the above testimonies, each of which will provide a synopsis of the story of one survivor;
c) produce a minimum of 10, approximately 20 — 30-minute testimony clips to be used for educational purposes, including in schools for a range of age groups;
d) produce industry-standard written transcripts with timecodes for each of the deliverables;
e) provide key words for each ‘taster’ and educational clip;
f) tag all particularly powerful, revelatory and emotional moments in the main clean edits;
g) add industry-standard subtitles to 2 of the testimonies;
h) provide both an edit suite and an editor/editorial team.
Subject to any termination provisions within the Contract, the initial term of the Contract shall commence on 3.4.2017 (the ‘Effective Date’) and shall terminate on 3.12.2017. DCLG reserves the right to extend the term of the Contract by up to 6 weeks. DCLG cannot guarantee any extension.
Estimated value excluding VAT:
Range: between 333 333 and 350 000 GBP
II.2.2)Information about options
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Please refer to Annex D (Standard Selection Questionnaire) and the full Invitation to Tender documents for complete information. These can be found on the tendering portal athttps://gpsesourcing.cabinetoffice.gov.uk
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the full Invitation to Tender documents for complete information. These can be found on the tendering portal at https://gpsesourcing.cabinetoffice.gov.uk
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the full Invitation to Tender documents for complete information. These can be found on the tendering portal at https://gpsesourcing.cabinetoffice.gov.uk
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Agent’s e-Sourcing Suite.
To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at:https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun & Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at:https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: ExpressionOflnterest@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email.
The Agent will process the email and then enable the supplier to access the procurement online via the eSourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the eSourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
Responses must be published by the date in IV.3.4).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Please refer to Annex D (Standard Selection Questionnaire) and the full Invitation to Tender documents for complete information. These can be found on the tendering portal at https://gpsesourcing.cabinetoffice.gov.uk
Minimum level(s) of standards possibly required: Please refer to Annex D (Standard Selection Questionnaire) and the full Invitation to Tender documents for complete information. These can be found on the tendering portal at https://gpsesourcing.cabinetoffice.gov.uk
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to Annex D (Standard Selection Questionnaire) and the full Invitation to Tender documents for complete information. These can be found on the tendering portal athttps://gpsesourcing.cabinetoffice.gov.uk
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place:
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of the Authority. Further information about transparency can be found at:http://ccs.cabinetoffice.gov.uk/aboutgovernmentprocurementservice/transparencyandaccountability/transparencyprocurement
The Authority expressly reserves the right: (i) Not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers.
VI.5)Date of dispatch of this notice:
Related Posts
European Parliament Television and Radio Services Contract
VisitBritain Video and Photography Contract
Photography and Film Production Framework London