Tender

Portsmouth International Port - Gantry Digital Screens and Large Media Screen

  • Portsmouth City Council

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

Notice identifier: 2025/S 000-055604

Procurement identifier (OCID): ocds-h6vhtk-05583c (view related notices)

Published 10 September 2025, 5:32pm



Scope

Description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to supply, install, commission, maintain, and support new digital screens and associated software for the incoming vehicle gantries and a large external media screen within the vehicle waiting area at Portsmouth International Port.

The Port is seeking a supplier who can meet the requirements set out the Scope of Requirements to:

 Provide and install the screens and software.

 Remove and dispose of the current screens and associated cabling and containment.

 Deliver ongoing hardware support and annual maintenance, including management of spare parts across the life of the contract / screen, whichever is the longest will apply.

 Deliver ongoing support for the software, which includes a helpdesk.

 Provide appropriate training sessionsfor the software users.

The installation and commissioning are to be completed within a timely manner, and by no later than 9th March, due to the current signage being at end of life. The supplier will need to work dynamically to install the screens, as the Port is operational between the hours 05:30 and 00:00.

A one-off contract value of a maximum of £200,000 is available for the supply, installation and commissioning of the solution.

The software and hardware support and maintenance contract has a maximum value of up to £200,000 over the life of the contract.

Suppliers may submit a maximum of three bids in order to present different options in respect of technical solutions, support, programme, price points etc.

Suppliers who choose to submit multiple options must submit one fully complete base tender, which should be clearly identified, and this can be cross referenced for any additional options put forward in order to streamline bid preparation and evaluation activities.

Suppliers must ensure that the base tender response and any subsequent options are clearly identified in both the Quality question responses and the Pricing Assessments.

The base tender and additional options will be evaluated on a standalone basis with each option assessed against the evaluation methodology and scoring criteria stated within the ITT.

The procurement timetable for this project is set out below, while the council does not intend to depart from it, it reserves the right to do so at any time:

Procurement documents issued 10th September 2025

Deadline for clarification 1st October 2025 @12:00

Tender return deadline 10th October 2025 @12:00

Evaluation of tenders completed 24th October 2025

Demonstrations 3rd - 5th November 2025

Evaluation of tenders completed 6th November 2025

Contract Award Notice & Assessment Summaries published 14th November 2025

Standstill period 14th - 26th November 2025

Contract award 27th November 2025

Mobilisation 01st December 2025 - 9th March 2026

Full details can be found in the tender documents that are all uploaded and available on our In-tend system. https://in-tendhost.co.uk/portsmouthcc/aspx/home

Total value (estimated)

  • £800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 December 2025 to 8 March 2031
  • Possible extension to 8 March 2036
  • 10 years, 3 months, 8 days

Description of possible extension:

The contract term following the initial installation period will be for 5 years with options to extend in implements to be agreed up to a maximum of 10 years.

Options

The right to additional purchases while the contract is valid.

The Council reserves the right to purchase additional hardware, associated software and user licences, similar to that provided for in the scope of requirements, over the life of the contract. This will increase the value of the contract accordingly.

Main procurement category

Goods

CPV classifications

  • 32320000 - Television and audio-visual equipment
  • 48500000 - Communication and multimedia software package
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 72253000 - Helpdesk and support services
  • 80533000 - Computer-user familiarisation and training services

Contract locations

  • UKJ31 - Portsmouth

Justification for not using lots

A fully managed service of the hardware and software is required to reduce the administrative burden. This decision was communicated to the market during the preliminary market engagement exercise and no concerns were raised.


Submission

Enquiry deadline

1 October 2025, 12:00pm

Submission type

Tenders

Tender submission deadline

10 October 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

14 November 2025

Recurring procurement

Publication date of next tender notice (estimated): 1 November 2031


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Overall solution Quality 37%
Supply & Installation Price 25%
Implementation and Ongoing Support Quality 23%
Support & Maintenance Price 15%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The council is using the Competitive Flexible Procedure for the procurement of this contract.

The procedure will include for a demonstration stage as described in the procurement documentation.

The procedure may include for a preferred supplier stage for the purposes of negotiating contractual terms if the need arises. This will not be used to change the outcome of the procurement process or to distort competition.

This Procurement procedure has been selected as an appropriate, proportionate, and practical means for securing the Most Advantageous Tender, in consideration of the nature, complexity, and value of the contract.


Documents

Associated tender documents

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Technical specifications to be met

https://in-tendhost.co.uk/portsmouthcc/aspx/home


Contracting authority

Portsmouth City Council

  • Public Procurement Organisation Number: PCNL-5714-PRZV

Civic Offices, Guildhall Square

Portsmouth

PO1 2AL

United Kingdom

Region: UKJ31 - Portsmouth

Organisation type: Public authority - sub-central government