Tender

GSV2325 - Vision, Sound and AV

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

F02: Contract notice

Notice identifier: 2021/S 000-026446

Procurement identifier (OCID): ocds-h6vhtk-02eebb

Published 21 October 2021, 4:55pm



The closing date and time has been changed to:

29 November 2021, 12:00pm

See the change notice.

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

Westminster

London

Email

ryans@parliament.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

GSV2325 - Vision, Sound and AV

Reference number

GSV2325

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 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.1.5) Estimated total value

Value excluding VAT: £13,000,000

two.1.6) Information about lots

This contract is divided into lots: No

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’ working to modern single operator coverage, according to the demands of the Parliamentary business. The delivery of high-quality output of proceedings to no fail’ standards is the critical service at the heart of this Operational and Maintenance contract, ensuring that all participants in Parliamentary business can be seen and be heard. 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. The Contractor shall provide video and audio feeds of the proceedings of the House of Commons, Sittings of the House in Westminster Hall, and proceedings of the House of Lords on every date on which they sit; the Contractor shall provide video and audio coverage of all Committees as required by the Authority; the Contractor shall support contributions made 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 will be required to set up AV equipment for complicated requirements in meetings, conferences and other events; it is expected that staff of the two Houses will set up AV equipment for most simple meeting requirements. 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 is anticipated to run for 5 years at an estimated value of between £11-13M with service commencement in April 2022. There will be an estimated 10-week mobilisation period prior to Service Commencement and actual contract award is therefore estimated to be late January 2022.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £13,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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


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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

22 November 2021

Local time

12:00pm

Changed to:

Date

29 November 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

22 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The SQ/ITT documents are accessible via UK Parliament`s e-procurement portal: http://in-tendhost.co.uk/parliamentuk. Tender submissions must be uploaded to the e-procurement portal; electronic responses submitted via e-mail are not acceptable. To access these documents select the tender reference [GSV2325] in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. You will need to register your company details, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the ‘forgotten password’ link on the In-Tend homepage. Please keep this username and password secure and do not pass it to any third parties. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk for further assistance. You are advised to allow sufficient time when responding to this ITT, and for the full uploading of documents, prior to the closing date of 12.00 (noon - UK time) on 22/11/2020. Late tenders will not be accepted. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application such as WinZip or WinRAR.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

London

WC2A 2LL

Country

United Kingdom