The British Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | British Museum Ticketing System |
Notice type: | Contract Notice |
Authority: | The British Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The British Museum seeks to award a contract to deliver a ticketing solution to support the rapidly changing needs of our customers and visitors, and to maximise revenue potential by securing the most cost-effective and fit-for-purpose system. The main goals driving the project are to: 1.Ensure business continuity by providing a robust, resilient, and reliable ticketing service 2.Increase profitability through a variety of means, such as enabling Gift Aid, improving donations functionality, and enable different types of cross-sales 3.Improve the customer experience to support the above, and to provide an excellent experience |
Published: | 25/06/2021 12:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Trustees of The British Museum, United Kingdom
The British Museum, Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 02073238264, Email: procurement@britishmuseum.org
Main Address: https://www.britishmuseum.org/
NUTS Code: UKI
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Event-services./V673C5EV8Y
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: British Museum Ticketing System
Reference Number: BM.21.014
II.1.2) Main CPV Code:
79952000 - Event services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The British Museum seeks to award a contract to deliver a ticketing solution to support the rapidly changing needs of our customers and visitors, and to maximise revenue potential by securing the most cost-effective and fit-for-purpose system.
The main goals driving the project are to:
1.Ensure business continuity by providing a robust, resilient, and reliable ticketing service
2.Increase profitability through a variety of means, such as enabling Gift Aid, improving donations functionality, and enable different types of cross-sales
3.Improve the customer experience to support the above, and to provide an excellent experience
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79952100 - Cultural event organisation services.
48110000 - Point of sale (POS) software package.
48481000 - Sales or marketing software package.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Founded in 1753, the British Museum was the first national public museum in the world. The collection tells the stories of cultures across the world, from the dawn of human history, over two million years ago, to the present. Objects range from the earliest tools made by humans and treasures from the ancient world to more recent acquisitions from Africa, Oceania and the Americas, the Middle East, Asia and Europe, as well as the national collections of prints and drawings, and coins and medals. In addition to work in London, the Museum takes part in an extensive programme of loans, tours and collaborative work, both across the UK and throughout the world.
The British Museum is one of the most visited attractions in the UK with visitor numbers of c. 6 million per annum prior to COVID-19. It is open 362 days per year, for a minimum of 7 hours and a maximum of 13 hours per day.
The Museum seeks to award a contract to deliver and maintain a ticketing solution to support the rapidly changing needs of our customers and visitors, and to maximise revenue potential with a cost-effective and fit-for-purpose ticketing system.
The main goals driving the project are to:
1.Ensure business continuity by providing a robust, resilient, and reliable ticketing service
2.Increase profitability through a variety of means, such as enabling Gift Aid, improving donations functionality, and enable different types of cross-sales
3.Improve the customer experience to support the above, and to provide an excellent experience
The following is in-scope for the current project, and must be delivered
•An online ticketing platform
•An onsite point-of-sale (POS) ticketing solution for selling, paying, printing, and scanning
•A box office call centre solution
•Ability to take sales at the cloakroom
•Ability to sell Membership as a product onsite POS (not manage Membership, see out of scope items below)
•A payment service provider (PSP) solution for onsite, box office call centre, and online platform
•A backend ticketing solution inclusive of a reporting suite
•Resiliency for onsite sales in case of internet outage or unavailability of the ticketing platform
•Integrations to the Museum’s finance system Agresso, and e-mail marketing system Upland Adestra through the Museum’s Integration Hub (Museum staff to develop integrations)
•Migration of data from the current ticketing system into the new solution
•Multi-factor authentication for offsite access
•A test environment of the solution
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The Contract will be for an initial three year period with options for up to two further one year extensions, subject to satisfactory performance, the maximum potential duration will be five years.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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.1.3) 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 OPEN
IV.1.1) Type of procedure: Open
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.1.6) 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: Yes
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: 30/07/2021 Time: 13:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 30/07/2021
Time: 13:00
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-London:-Event-services./V673C5EV8Y
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V673C5EV8Y
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Museum will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to tenderers. Appeals must be lodged in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) as amended
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: 25/06/2021
Annex A