The British Museum: Museums and Galleries Market Insights Framework

  The British Museum is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Museums and Galleries Market Insights Framework
Notice type: Contract Notice
Authority: The British Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The British Museum is leading a collaborative procurement exercise for the provision of market research services on behalf of a number of publicly funded London based museums and galleries. The work will comprise quantitative research of visitors to each of these organisations and their regional sites, followed by the production and supply of data, analysis and reporting so that data history is consistent, and longer-term trends can be analysed. Data collection will be mainly from face to face interviews with visitors to the participating sites, some sites may choose to use online data collection. From the access to this breadth and depth of sector data, the successful agency would be expected to provide further insight and interpretation. Interested parties will need to demonstrate a track record in providing insightful analysis and reports based on solid understanding of consumer brands including but not limited to cultural/visitor attractions in the heritage sector
Published: 09/01/2023 16:47
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Market research services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Trustees of The British Museum
             Great Russell Street, London, WC1B 3DG, United Kingdom
             Tel. +44 2073238000, Email: procurement@britishmuseum.org
             Main Address: 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:-Market-research-services./NZ92N3ZSX6
      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: Museums and Galleries Market Insights Framework       
      Reference Number: BM.22.073
      II.1.2) Main CPV Code:
      79310000 - Market research services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The British Museum is leading a collaborative procurement exercise for the provision of market research services on behalf of a number of publicly funded London based museums and galleries. The work will comprise quantitative research of visitors to each of these organisations and their regional sites, followed by the production and supply of data, analysis and reporting so that data history is consistent, and longer-term trends can be analysed. Data collection will be mainly from face to face interviews with visitors to the participating sites, some sites may choose to use online data collection. From the access to this breadth and depth of sector data, the successful agency would be expected to provide further insight and interpretation. Interested parties will need to demonstrate a track record in providing insightful analysis and reports based on solid understanding of consumer brands including but not limited to cultural/visitor attractions in the heritage sector       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      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:
      UKI LONDON
      
      II.2.4) Description of procurement: It is the intention of The British Museum to procure on behalf of a consortium including itself and a group of partner museums and galleries a four-year framework agreement with a single supplier that will be expected to provide market research services covering quantitative audience profiling (demographics, attitudes and behaviours), reporting and benchmarking for the consortium. This will cover regular year-long visitor surveys. Members of the consortium include:

The British Museum
Tate Gallery (including Tate Liverpool and St. Ives)
Victoria and Albert Museum (including Young V&A, V&A Storehouse, and V&A East from 25/26)
Natural History Museum (including the Natural History Museum at Tring)
National Gallery
National Portrait Gallery
Imperial War Museums (including IWM North)
Museum of London (main site from 26/27, including MoL Docklands)
National Army Museum
The Horniman Museum and Gardens
Wellcome Collection
The Wallace Collection
The Science Museum
Museum of the Home

Consortium members require a robust representative overview of the profile, motivations, behaviours and visit outcomes of the visitors to their sites across the financial year. Representative data should be collected via a core method of face-to-face exit surveys conducted throughout the year at each site with the option for some sites to offer online methods if they are able and wish to. All data collection is to be conducted in accordance with best practice principles for market research activities.

Members require that data is collected and reported monthly, quarterly and annually, following the standard financial year. The expectation of the members is that they will have access to the collected weighted and cleaned data at the level of respondent and group, as well as regular delivery of summarised excel spreadsheets at the end of each month, quarter and financial year - both by site and relevant benchmarking tables. Beyond the provision of data as outline above, members will require varying levels of written quarterly and annual reporting and in person presentation of findings.
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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 number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/NZ92N3ZSX6       


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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - 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: 08/02/2023 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Yes    
   Estimated timing for further notices to be published: 48 months
   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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Market-research-services./NZ92N3ZSX6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NZ92N3ZSX6
   VI.4) Procedures for review
   VI.4.1) Review body:
             The British Museum
       Great Russell Street, London, WC1B 3DG, 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:    
    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: 09/01/2023

Annex A


View any Notice Addenda

View Award Notice