Tate Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Digital Wayfinding |
Notice type: | Contract Notice |
Authority: | Tate Gallery |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Digital Wayfinding. During the Summer of 2016, Tate would like to launch a digital way-finding experience that will help our in-gallery audience navigate the plethora of activity and art available in Tate’s multiple physical sites across the UK. (Tate Modern, Tate Britain, Tate St Ives, Tate Liverpool). We are looking to work with a company that is experienced in using innovative technical solutions to deliver audience-facing way-finding applications and digital experiences. The ambition of this project is to give each visitor the ability to curate their own journey through Tate’s collection, exhibition and performance programme in the physical gallery space - offering a bespoke, personalised experience where the visitor can encounter Art on their own terms. |
Published: | 12/08/2015 13:18 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Tate Gallery
Millbank, London, SW1P 4RG, United Kingdom
Email: michael.casartelli@tate.org.uk, URL: http://www.tate.org.uk/
Attn: Michael Casartelli
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-title/84F59ZK397
Electronic Submission URL: https://www.delta-esourcing.com/respond/84F59ZK397
Further information can be obtained at: ANNEX A.I
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: Digital Wayfinding
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 26
Region Codes: UKI1 - Inner London
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:
IT services: consulting, software development, Internet and support. Museum services. Library, archives, museums and other cultural services. Artistic and literary creation and interpretation services. Digital Wayfinding. During the Summer of 2016, Tate would like to launch a digital way-finding experience that will help our in-gallery audience navigate the plethora of activity and art available in Tate’s multiple physical sites across the UK. (Tate Modern, Tate Britain, Tate St Ives, Tate Liverpool). We are looking to work with a company that is experienced in using innovative technical solutions to deliver audience-facing way-finding applications and digital experiences. The ambition of this project is to give each visitor the ability to curate their own journey through Tate’s collection, exhibition and performance programme in the physical gallery space - offering a bespoke, personalised experience where the visitor can encounter Art on their own terms.
II.1.6)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
92521000 - Museum services.
92500000 - Library, archives, museums and other cultural services.
92310000 - Artistic and literary creation and interpretation services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
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: 150,000
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
Not Provided
Information About Lots
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:
As outlined in the Pre-qualification document
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 5
Objective Criteria for choosing the limited number of candidates:
This process is being undertaken under the 'Competitive Procedure with Negotiation' procedure in line with the Public Contracts Regulations 2015. Please see the pre-qualification document and the evaluation criteria. Shortlisting will be based on the quality of responses and the top scoring submissions will be shortlisted. The minimum number will be 3 and the maximum 5. The contracting authority reserves the right to de-select bidders during the negotiation phase of the process and also reserves the right to award the contract on the basis of initial tenders without conducting further negotiations.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: Not Provided
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:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/09/2015
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: 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.
IMPORTANT NOTE: Your expression of interest shall be in the form of a completed pre-qualification questionnaire. You are required to upload your completed questionnaire by the stated deadline date and time as outlined in IV. 3.4 above.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./84F59ZK397
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84F59ZK397
GO-2015812-PRO-6923378 TKR-2015812-PRO-6923377
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: 12/08/2015
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Tate Gallery
Millbank, London, United Kingdom
Email: michael.casartelli@tate.org.uk
Attn: Michael Casartelli