Awarded contract

Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271)

  • The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons

F20: Modification notice

Notice reference: 2022/S 000-009658

Published 11 April 2022, 4:40pm



Section one: Contracting authority/entity

one.1) Name and addresses

The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons

Palace ofWestminster

LONDON

SW1A0AA

Contact

Mitch Dalgleish

Email

dalgleishm@parliament.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://in-tendhost.co.uk/parliamentuk/aspx/Home


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271)

Reference number

GSV1271

two.1.2) Main CPV code

  • 92200000 - Radio and television services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 64228000 - Television and radio broadcast transmission services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement at the time of conclusion of the contract:

Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271).

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

12 April 2022

End date

8 January 2023


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2015/S 129-238104


Section five. Award of contract/concession

Contract No

GSV1271

Title

Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

1 September 2015

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Bow Tie Television Limited

London

Country

United Kingdom

NUTS code
  • UKI45 - Lambeth
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £5,266,359


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court Justice

London

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 92200000 - Radio and television services

seven.1.2) Additional CPV code(s)

  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 64228000 - Television and radio broadcast transmission services

seven.1.3) Place of performance

NUTS code
  • UKI32 - Westminster

seven.1.4) Description of the procurement:

Continuation of the service provided by the Contractor: the provision of sound and vision operation and maintenance services to the Houses of Parliament.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

9

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£2,012,850

seven.1.7) Name and address of the contractor/concessionaire

Bow Tie Television Limited

London

Country

United Kingdom

NUTS code
  • UKI45 - Lambeth
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The contract is being extended by 9 months. The contract allowed for two years extension from September 2018 to August 2020. It was then extended for a further 12 months due to the coronavirus outbreak. It was then extended for 7 months to allow for the re-procurement to take place.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

: (a) there was not time to conduct another procurement procedure in the time between the abandonment decision and the expiry of the existing contract, (b) delivery of these services is complex requiring specialist staff and experienced management, (c) there is no time to undertake a TUPE process in respect of the staff working for the incumbent, and (d) the critical nature of the services provided under this contract mean that the Authority cannot take the risk of the services not being operational.

A change of contractor would cause significant inconvenience or substantial duplication of costs for the Authority because the only way of doing so in the time available would be via a direct award to another provider. Given the TUPE requirements which apply to incumbent staff, the Authority would still need to extend the incumbent service provider's contract (albeit for a shorter period of time) in order that a transfer of work and staff could be achieved which itself would amount to a duplication of costs.

- Need for modification brought about by circumstances which a diligent contracting authority could not foresee. Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances: The need for this extension is because the award procedure for the re-procurement of this contract was abandoned during the standstill period due to a challenge by the unsuccessful tenderer. The Authority's decision to abandon the procedure was because of the timescales and costs associated with continuing to defend the challenge as well as changes in technology and working practices since the procurement procedure started which led the Broadcasting Unit to reconsider its requirements. Whilst the changes in technology and working practices since the procurement procedure started was the supplementary reason for the abandonment, the Authority could not have foreseen these changes because at the time of starting the re-procurement process, the omicron variant had not been reported in the UK. This led to another period of remote and hybrid working at Parliament, which led to the realisation that Parliament's broadcasting requirements would need to change on a more permanent footing, rather than just in response to a short-term crisis.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £14,205,623

Total contract value after the modifications

Value excluding VAT: £16,218,473