Tender

RHUL-25059 Delivery of a Converged Media Production Stage Solution for R&D Usage by the UK Creative Sectors (Film, Games, Live, Immersive)

  • Royal Holloway and Bedford New College, known as Royal Holloway, University of London

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-015696

Procurement identifier (OCID): ocds-h6vhtk-05045d

Published 16 April 2025, 4:51pm

Last edited 16 April 2025, 5:09pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Change request made 16/04/2025 - Error in published Submission deadline date which should read: Wednesday 21st May 2025 at 11.00am - Bidders should also note that the total estimated value of this procurement is between £3million and £4.5million gbp

Scope

Reference

RHUL-25059

Description

This opportunity is for Delivery of a Converged Media Production Stage Solution for Research and Development usage by the United Kingdom (UK) Creative Sectors (film, games, live, and immersive) on behalf of the CoSTAR network, as part of a new National Laboratory for Research and Development (R&D) for creative technologies to ensure the UK's screen and performance industries have the innovation infrastructure needed to compete globally. This procurement relates specifically to the delivery of the Converged Screen Technology and Realtime Production Stage itself, within the Main Studio of the National Lab which will be based at Pinewood Studios, Iver Heath, SL0 0NH. As seamless integration between multiple technologies forms a key part of the specification, the requirement has not been divided into lots. Please refer to the ITT documentation for further details.

Total value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 20 June 2025 to 1 April 2029
  • Possible extension to 1 April 2030
  • 4 years, 9 months, 12 days

Description of possible extension:

+1 year optional extension

Options

The right to additional purchases while the contract is valid.

Additional equipment and/or services relating to the subject matter of the Contract. Subject to confirmation of funding.

Main procurement category

Goods

Additional procurement category

Services

CPV classifications

  • 32321200 - Audio-visual equipment
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32320000 - Television and audio-visual equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 92110000 - Motion picture and video tape production and related services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Participating organisations must have a minimum annual turnover of £4.5m

Technical ability conditions of participation

Participating organisations must evidence, with details, a minimum of two contracts, where they have led the Delivery of a Converged Media Production Stage Solution of a similar size and scale to the requirement within the ITT, including the supply, delivery, installation and integration between a minimum of five (5) out of the nine (9) essential core elements identified within the Specification. Essential Core Elements are: • Modular LED Wall Systems • Projection Mapping Systems • Modular LED Ceiling Display Systems with Truss and Motorised Hoist Integration • Modular, High Resolution, LED Interactive Floor Display Systems • Motorised Rigging Systems • System Monitoring and Management Solutions • Software and Hardware Integration • Tracking Systems • Spatial Audio Systems

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

14 May 2025, 5:00pm

Tender submission deadline

16 May 2025, 11:00am

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 June 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
CR-4 Technical proposal Quality 25%
CR-1 High level plan for delivery of the Integrated Solution Quality 18%
CR-2 Approach to buying including future proofing Quality 17%
CR-3 Approach to maintenance, servicing and training Quality 15%
Price Price 15%
CR-5 Sustainability Quality 5%
CR-6 Social Value Quality 5%

Other information

Payment terms

Final contract payment schedule shall be agreed between the Parties prior to contract signing Invoices will be sent by electronic means only to: AccountsPayableInvoicesNoReply@rhul.ac.uk Any University invoice queries should be sent to Finance-Payments@rhul.ac.uk or telephone +44 (0)1784 276461 between 09:00-16:00 GMT Monday to Friday.

Description of risks to contract performance

Delays relating to supply chain/lead time on equipment Delays related to construction programme Delays relating to commissioning and testing Integration complexity and technical dependencies Tariffs relating to hardware imports from the USA/elsewhere Fluctuations in foreign exchange rates Technological obsolescence (primarily relating to AI)

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

Preliminary market engagement carried out with restricted representative sample of suppliers owing to timescales


Contracting authority

Royal Holloway and Bedford New College, known as Royal Holloway, University of London

  • Public Procurement Organisation Number: PRVY-6462-QBVG

Egham Hill

Egham

TW20 0EX

United Kingdom

Contact name: Kim Cooper

Telephone: +44 1 784 414181

Email: procurement@RHUL.ac.uk

Website: https://www.royalholloway.ac.uk/

Region: UKJ25 - West Surrey

Organisation type: Public authority - sub-central government