Contract notice
Section I: Contracting
authority
I.1) Name and addresses
British Film Institute
21 Stephen Street
London
W1T 1LN
UK
Contact person: Vicki Akinosho
E-mail: vicki.akinosho@bfi.org.uk
NUTS: UKH23
Internet address(es)
Main address: https://in-tendhost.co.uk/bfi/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/bfi/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/bfi/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/bfi/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Charity
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Film Scanning Mastering and Restoration Services
Reference number: 2025/417
II.1.2) Main CPV code
92100000
II.1.3) Type of contract
Services
II.1.4) Short description
The BFI requires several Suppliers to deliver Film Scanning, Mastering and Restoration Services under a Framework Agreement. The British Film Institute is responsible for the accessibility and preservation of a significant share of the UKs film heritage and aims to make it available to audiences through the widest range of platforms and technologies. The film collections cared for by the BFI National Archive encompass the entire history of cinema and include examples of an extremely wide range of formats and systems. To help achieve these objectives this framework agreement invites bidders to propose a range of scanning and digital image and audio mastering and restoration services along with costs which can be drawn upon to augment technical capacity within the BFI’s Archive and Content departments. While the BFI maintains considerable expertise and equipment to support and preserve these formats, this Tender seeks a greater range and capacity through commercial provision.
II.1.5) Estimated total value
Value excluding VAT:
1 065 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
92100000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Berkhamsted
II.2.4) Description of the procurement
The BFI requires several Suppliers to deliver Film Scanning, Mastering and Restoration Services under a Framework Agreement. The British Film Institute is responsible for the accessibility and preservation of a significant share of the UK’s film heritage and aims to make it available to audiences through the widest range of platforms and technologies. The film collections cared for by the BFI National Archive encompass the entire history of cinema and include examples of an extremely wide range of formats and systems.To help achieve these objectives this framework agreement invites bidders to propose a range of scanning and digital image & audio mastering and restoration services, along with costs, which can be drawn upon to augment technical capacity within the BFI’s Archive and Content departments.While the BFI maintains considerable expertise and equipment to support and preserve these formats, this Tender seeks a greater range and capacity through commercial provision.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Weighting
/ Weighting: 80%
Cost criterion: Price
/ Weighting: 20%
II.2.6) Estimated value
Value excluding VAT:
1 065 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/09/2025
End:
07/09/2028
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the framework for 1 year after the initial 3 year term
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Following the SSQ evaluation, a maximum of 10 ranked suppliers will be shortlisted for the ITT stage.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
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:
Please see the SSQ Instructions for further details.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please see the SSQ Instructions for further details.
Minimum level(s) of standards required:
Please see details in the SSQ Instructions
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 10
Justification for any framework agreement duration exceeding 4 years: Maximum of four years only
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/03/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
10/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 36 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The framework will be awarded for 3 years initially with an option to extend for 1 yearPlease Note: This requirement will be awarded as a Framework Agreement therefore the BFI does not guarantee any work during the term of the Agreement.
VI.4) Procedures for review
VI.4.1) Review body
British Film Institute
21 Stephen street
London
UK
E-mail: vicki.akinosho@bfi.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
10/02/2025