Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for the provision of an E-commerce System to the Victoria and Albert Museum |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The V&A currently uses a bespoke E-commerce platform in order to allow the sales and allocation of V&A event/exhibition tickets alongside merchandise sales in a 'single basket'. The V&A has now outgrown its existing E-commerce due to increases in the throughput and complexity of the V&A's online sales. As such, we are looking for a provider to deliver a secure and scalable Ecommerce platform that will allow for the expected increase in the level of usage and income, whilst allowing for the growth in the use of the “single-basket” approach to sell other products (such as membership sales and renewals) online. |
Published: | 23/05/2018 16:43 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
Main Address: https://www.vam.ac.uk
NUTS Code: UKI3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Point-of-sale-%28POS%29-software-package./3NN722649Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/3NN722649Q to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contract for the provision of an E-commerce System to the Victoria and Albert Museum
Reference Number: VA/CON/13/18
II.1.2) Main CPV Code:
48110000 - Point of sale (POS) software package.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The V&A currently uses a bespoke E-commerce platform in order to allow the sales and allocation of V&A event/exhibition tickets alongside merchandise sales in a 'single basket'. The V&A has now outgrown its existing E-commerce due to increases in the throughput and complexity of the V&A's online sales. As such, we are looking for a provider to deliver a secure and scalable Ecommerce platform that will allow for the expected increase in the level of usage and income, whilst allowing for the growth in the use of the “single-basket” approach to sell other products (such as membership sales and renewals) online.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI3 Inner London – West
II.2.4) Description of procurement: The V&A fulfilled approximately 400k ticket sales online in 2017, with a £10 total income through the existing platform over the last three years. These volumes are expected to grow, and we also intend to adopt other services onto the e-commerce platform such as membership sales and renewals.
Please note contract term and estimated values include the full seven year extended contract along with unknown additional development costs that have not yet been budgeted for.
This procurement process is being conducted under the Competitive Procedure with Negotiation. The V&A reserves the right to reduce the number of participants during the process and to award at the initial tender stage without entering into the negotiation phase.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The initial term is for three years, with the option for the V&A to extend any number of times up to a further four years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As set out in the procurement documents
Minimum level(s) of standards possibly required (if applicable) :
Please note that Applicants must be able to demonstrate a minimum turnover of £600,000 in order to be considered
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/06/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/07/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kensington:-Point-of-sale-%28POS%29-software-package./3NN722649Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3NN722649Q
VI.4) Procedures for review
VI.4.1) Review body:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/05/2018
Annex A