British Film Institute : UK Film Centre in Cannes: Logistical Delivery

  British Film Institute has published this notice through Delta eSourcing

Notice Summary
Title: UK Film Centre in Cannes: Logistical Delivery
Notice type: Contract Notice
Authority: British Film Institute
Nature of contract: Services
Procedure: Restricted
Short Description: Located in International Village section on the world’s most important and prestigious film festival and market, the Cannes Film Festival, the UK Film Centre pavilion has the role of promoting the UK industry presence and its business and cultural offerings to the world stage. It is the one central place at the festival which provides information about every aspect of the UK film industry to accredited delegates. Its specific primary aims are to: • Showcase and promote UK film excellence. • Provide information about UK films at Cannes, whether in the festival or the market. • Provide information about UK film professionals, organisations and companies in Cannes or how to find them in the UK if not at Cannes. • Provide information about key topics of interest to international delegates wanting to work with the UK or know more about UK Film culture, eg tax credit, UK film festivals, audience information, new talent. • Provide a programme of network events that encourages international professionals to meet and make UK contacts. • Provide a events programme to highlight and openly discuss relevant key issues to the industry eg. panel discussions, presentations and Q&As. • Provide a venue for meetings and for UK businesses and partners to host events. • Provide communication facilities and services to support UK film professionals, sponsors and partners. The BFI is looking to procure services for years 2014, 2015 and 2016 to project manage the UK Film Centre pavilion at the Cannes Film Festival, from design management to logistical delivery. This will include working with contractors to develop exhibition an space and working floorplan, running an information and bookings desk, logistical delivery of an events programme, managing audio-visual recording and photography, applying branding and being brand ‘police’ for the UK FILM brand (the lead ‘umbrella’ brand which hosts the pavilion), VIP and delegate hospitality, furniture management and pavilion dressing, PRing activity and events, sourcing suppliers, liaising with multiple partners including commercial partners, liaising with the festival office and Cannes Marche, freighting to location, day to day troubleshooting, quality control, evaluation to KPIs and monitoring - all within a tightly controlled budget. The UK Film Centre is a key platform in the UK FILM communications strategy and so there is a high reputational risk to the industry if operations were insufficient. Therefore the successful vendor needs to instil absolute confidence as a delivery partner. Experience of international film (and possibly TV) markets and festivals would be perceived as advantageous.
Published: 13/09/2013 16:53

View Full Notice

UK-London: Cultural event organisation services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      British Film Institute
      21 Stephen Street, London, W1T 1LN, United Kingdom
      Tel. +442 079578987, URL: www.bfi.org.uk, URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi
      Electronic Access URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi
      Electronic Submission URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: UK Film Centre in Cannes: Logistical Delivery
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 26

         Region Codes: FR823 - Alpes-Maritimes         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Cultural event organisation services. Located in International Village section on the world’s most important and prestigious film festival and market, the Cannes Film Festival, the UK Film Centre pavilion has the role of promoting the UK industry presence and its business and cultural offerings to the world stage. It is the one central place at the festival which provides information about every aspect of the UK film industry to accredited delegates.
   
Its specific primary aims are to:

•   Showcase and promote UK film excellence.
•   Provide information about UK films at Cannes, whether in the festival or the market.
•   Provide information about UK film professionals, organisations and companies in Cannes or how to find them in the UK if not at Cannes.
•   Provide information about key topics of interest to international delegates wanting to work with the UK or know more about UK Film culture, eg tax credit, UK film festivals, audience information, new talent.
•   Provide a programme of network events that encourages international professionals to meet and make UK contacts.
•   Provide a events programme to highlight and openly discuss relevant key issues to the industry eg. panel discussions, presentations and Q&As.
•   Provide a venue for meetings and for UK businesses and partners to host events.
•   Provide communication facilities and services to support UK film professionals, sponsors and partners.

The BFI is looking to procure services for years 2014, 2015 and 2016 to project manage the UK Film Centre pavilion at the Cannes Film Festival, from design management to logistical delivery. This will include working with contractors to develop exhibition an space and working floorplan, running an information and bookings desk, logistical delivery of an events programme, managing audio-visual recording and photography, applying branding and being brand ‘police’ for the UK FILM brand (the lead ‘umbrella’ brand which hosts the pavilion), VIP and delegate hospitality, furniture management and pavilion dressing, PRing activity and events, sourcing suppliers, liaising with multiple partners including commercial partners, liaising with the festival office and Cannes Marche, freighting to location, day to day troubleshooting, quality control, evaluation to KPIs and monitoring - all within a tightly controlled budget.

The UK Film Centre is a key platform in the UK FILM communications strategy and so there is a high reputational risk to the industry if operations were insufficient. Therefore the successful vendor needs to instil absolute confidence as a delivery partner. Experience of international film (and possibly TV) markets and festivals would be perceived as advantageous.
         
      II.1.6)Common Procurement Vocabulary:
         79952100 - Cultural event organisation services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 300,000 and 400,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         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 these 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.

      As set out in the Pre-Qualifying Questionnaire or Tender Documentation      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (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.
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualifying Questionnaire or Tender Documentation
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (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.
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualifying Questionnaire or Tender Documentation      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
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:
                Not Provided
   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 2013/067      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 13/10/2013
      Time-limit for receipt of requests for documents or for accessing documents: 23:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 14/10/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73494151
GO-2013913-PRO-5117633 TKR-2013913-PRO-5117632
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 13/09/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Cultural event organisation services.

Section I: Contracting Authority
   Title: UK-London: Cultural event organisation services.
   I.1)Name, Addresses and Contact Point(s):
      British Film Institute
      21 Stephen Street, London, W1T 1LN, United Kingdom
      Tel. +442 079578987, URL: www.bfi.org.uk, URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi
      Electronic Access URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi
      Electronic Submission URL: http://www.bfi.org.uk/about-bfi/business-services/selling-bfi

   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: UK Film Centre in Cannes: Logistical Delivery      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 26
         Do you agree to the publication of this notice?: Yes          
         Region Codes: FR823 - Alpes-Maritimes         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Cultural event organisation services. Located in International Village section on the world’s most important and prestigious film festival and market, the Cannes Film Festival, the UK Film Centre pavilion has the role of promoting the UK industry presence and its business and cultural offerings to the world stage. It is the one central place at the festival which provides information about every aspect of the UK film industry to accredited delegates.
   
Its specific primary aims are to:

•   Showcase and promote UK film excellence.
•   Provide information about UK films at Cannes, whether in the festival or the market.
•   Provide information about UK film professionals, organisations and companies in Cannes or how to find them in the UK if not at Cannes.
•   Provide information about key topics of interest to international delegates wanting to work with the UK or know more about UK Film culture, eg tax credit, UK film festivals, audience information, new talent.
•   Provide a programme of network events that encourages international professionals to meet and make UK contacts.
•   Provide a events programme to highlight and openly discuss relevant key issues to the industry eg. panel discussions, presentations and Q&As.
•   Provide a venue for meetings and for UK businesses and partners to host events.
•   Provide communication facilities and services to support UK film professionals, sponsors and partners.

The BFI is looking to procure services for years 2014, 2015 and 2016 to project manage the UK Film Centre pavilion at the Cannes Film Festival, from design management to logistical delivery. This will include working with contractors to develop exhibition an space and working floorplan, running an information and bookings desk, logistical delivery of an events programme, managing audio-visual recording and photography, applying branding and being brand ‘police’ for the UK FILM brand (the lead ‘umbrella’ brand which hosts the pavilion), VIP and delegate hospitality, furniture management and pavilion dressing, PRing activity and events, sourcing suppliers, liaising with multiple partners including commercial partners, liaising with the festival office and Cannes Marche, freighting to location, day to day troubleshooting, quality control, evaluation to KPIs and monitoring - all within a tightly controlled budget.

The UK Film Centre is a key platform in the UK FILM communications strategy and so there is a high reputational risk to the industry if operations were insufficient. Therefore the successful vendor needs to instil absolute confidence as a delivery partner. Experience of international film (and possibly TV) markets and festivals would be perceived as advantageous.
      II.1.5)Common procurement vocabulary:
         79952100 - Cultural event organisation services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 85
         Pricing - 15
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 2013/067         
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 2013/067

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Premier Public Relations Limited
         Postal address: 91 Berwick Street
         Town: London
         Postal code: W1F 0NE
         Country: United Kingdom
         Telephone: +44 2072928330
         Internet address: http://www.premiercomms.com/
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 387,450
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104805780
GO-201473-PRO-5786537 TKR-201473-PRO-5786536   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 03/07/2014