UK-London: Motion picture and video production services.

UK-London: Motion picture and video production services.
Section I: Contracting Authority
I.1) Name and addresses
Rail Safety & Standards Board Ltd
The Helicon, 1 South Place, London, EC2M 2RB, United Kingdom
Email: shareditt@rssb.co.uk
Main Address: www.rssb.co.uk
NUTS Code: UK
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://rssb.delta-esourcing.com/
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
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Video Production
Reference Number: 328584537
II.1.2) Main CPV Code:
92111000 - Motion picture and video production services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: RSSB intends to procure a contract for video production. Both for a package of known work and for ad-hoc call-off work.

Over the last few years, RSSB has increasingly used video as a medium to promote its messages of safety, health, sustainability and passenger experience on the railway, as well as regular RED videos, which are produced three times a year, all video content has been done on a project-by-project basis.

RED is a series of video programmes used as a briefing tool for front-line workers, such as train drivers, signallers, train dispatchers, shunters and platform staff.

The estimated total value in II.1.5 represents the potential value of the opportunity over the entire contract duration (including possible extensions). This includes an amount of committed known work (RED) and a capped amount for commissioning any ad-hoc work (non committed spend). Please see tender documents for further details.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
92100000 - Motion picture and video services.
92111000 - Motion picture and video production services.
92111100 - Training-film and videotape production.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: RSSB intends to procure a contract for video production. Both for a package of known work and for ad-hoc call-off work.

Over the last few years, RSSB has increasingly used video as a medium to promote its messages of safety, health, sustainability and passenger experience on the railway, as well as regular RED videos, which are produced three times a year, all video content has been done on a project-by-project basis.

RED is a series of video programmes used as a briefing tool for front-line workers, such as train drivers, signallers, train dispatchers, shunters and platform staff.

The estimated total value in II.1.5 represents the potential value of the opportunity over the entire contract duration (including possible extensions). This includes an amount of committed known work (RED) and a capped amount for commissioning any ad-hoc work (non committed spend). Please see tender documents for further details.
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: 1,000,000
Currency: GBP
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 shall include 2 no. 1 year extensions further to the initial 36 month period

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:
Please see tender documents
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
Please see tender documents
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: Yes

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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 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: 19/04/2019 Time: 16:00

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 19/04/2019
Time: 16:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Feb 21-Feb 23 dependent on extensions applied to the awarded contract
VI.2) Information about electronic workflows
Electronic ordering will be used No
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://rssb.delta-esourcing.com/tenders/UK-UK-London:-Motion-picture-and-video-production-services./824EV33GX9

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/824EV33GX9
VI.4) Procedures for review
VI.4.1) Review body:
RSSB
1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351
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: 15/03/2019

Annex A