Section one: Contracting authority
one.1) Name and addresses
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons (acting jointly)
SW1A 0AA
London
SW1A 0AA
Contact
Mitch Dalgleish
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GSV2438 - Sound and Vision
Reference number
GSV2438
two.1.2) Main CPV code
- 64228000 - Television and radio broadcast transmission services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is requesting tender proposals from Contractors who can demonstrate skills and experience in broadcast operations with a view to operating and maintaining the video, audio, and audio-visual systems provided by Parliament. The Authority is seeking a Contractor who can operate the video and audio technologies across the committee rooms and chambers, to offer cost effective, broadcast-grade visual and audio services of the highest standard to multiple users within and outside the Parliamentary Estate – including traditional broadcasters and online media.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 64228000 - Television and radio broadcast transmission services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The Authority is requesting tender proposals from Contractors who can demonstrate skills and experience in broadcast operations with a view to operating and maintaining the video, audio, and audio-visual systems provided by Parliament. The Authority is seeking a Contractor who can operate the video and audio technologies across the committee rooms and chambers, to offer cost effective, broadcast-grade visual and audio services of the highest standard to multiple users within and outside the Parliamentary Estate – including traditional broadcasters and online media. Coverage styles shall range from full broadcast style ‘TV production’ to modern single [1] operator coverage, according to the demands of the Parliamentary business. The delivery of high-quality support for Members and broadcast coverage to no fail’ standards is the critical service at the heart of this Operational and Maintenance contract. The Contractor shall be able to work flexibly with an agile approach to follow short notice changes in activity – planned and unplanned – which shall include assistance with business resilience. Suitably qualified and experienced Contractors will be required to demonstrate an ability to help shape services going forward. Alongside camera coverage the Contractor shall support the operation of microphones in all meetings and contributions made by Members and witnesses over video conferencing during any proceedings as required by the Authority. All operational equipment, together with spares will be supplied by the Authority. The Contractor shall be responsible for maintenance including managing any sub-contractors where required by the Authority. The Contractor shall be responsible for providing sufficient numbers of qualified and experienced personnel to undertake all the operation and maintenance work. The Contractor’s staff will be expected to meet the requirements of the Authority for full security screening and compliance with the procedures for issuing security passes. The contract value is estimated to be up to £10,000,000 (excluding VAT) in the event that the two option years are taken up. It should be noted that the Authority cannot guarantee this estimated value. There will be an estimated 10-week mobilisation period prior to Service Commencement and actual contract award is therefore estimated to be November 2022 and Service Commencement will be January 2023.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The SQ/ITT documents are accessible via UK Parliament`s e-procurement portal: http://in-tendhost.co.uk/parliamentuk.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-024715
Section five. Award of contract
Contract No
GSV2438
Title
Sound and Vision
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 February 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
NEP BOW TIE
Gemini House, Downmill Road
BRACKNELL
RG12 1QS
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Total value of the contract/lot: £6,300,000
Section six. Complementary information
six.3) Additional information
The £6,300,000 represents the value of the initial 3 year term. If the Authority chooses to extend into 4th and 5th year, the value will rise accordingly.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom