Award

Project: project_3087 - Provision of TRA Meeting Room Phase 2

DEPARTMENT FOR INTERNATIONAL TRADE

This public procurement record has 1 release in its history.

Award

28 Mar 2024 at 11:30

Summary of the contracting process

The Department for International Trade has awarded a contract for the provision of TRA Meeting Room Phase 2 services. The project involves conducting Discovery, Design, and Build for improved meeting room experiences at their new office location in Reading, RG1 7EB. The contract, valued at £14,110.11 GBP, was awarded to Avoira UK Limited. The procurement method used was an Open procedure above threshold. The tender period ended on 11th January 2024, with the contract period starting on 28th February 2024 and ending on 28th February 2025.

This procurement opportunity for TRA Meeting Room Phase 2 in Reading, UK, is ideal for businesses offering office and computing machinery, equipment and supplies. Small and medium enterprises (SMEs) looking to provide services related to Microsoft Teams Meeting Room solutions, screens, speakers, microphones, and other office technology equipment would find this tender suitable. Businesses focusing on providing support services and solutions for meeting room conveniences stand to benefit from participating in this open procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Project: project_3087 - Provision of TRA Meeting Room Phase 2

Notice Description

TRA wish to procure services to conduct Discovery, Design, and Build for an improved TRA Reading office Meeting Room Experience, with the following scope: - The scope of the project is for 1 large meeting room (11.8m x 5.7m approx.) and 1 medium meeting room (6m x 5.7m) - for the new office on the 1st floor of Premier House, 60 Caversham Road, Reading, RG1 7EB as TRA are moving from their current office (North Gate House, 21-23 Valpy Street, Reading RG1 1AF) in April 2024. - This must be a Microsoft Teams Meeting Room solution. - The Supplier will ensure the solution covers screens, speakers, microphones, pc requirements, touch screen panels and any supporting cabling and stands. - The Supplier shall provide a recommendation for running all-staff hybrid meetings (in person and online) from the large meeting room (best use of screen placement, microphones and speakers) to provide an excellent experience for all attendees (virtual and in-person). - MTR (Microsoft Teams Room) solution required. - A BYOD compatible solution is not required for this requirement. - The Supplier shall provide a Monitor, which can be freestanding, or wall mounted. The Supplier shall indicate their recommended size. - The Supplier shall ensure they do not provide any ceiling mounted devices as a solution - including mics / speakers / cameras. - Bluetooth connectivity is not required, as this is not permitted under TRA cyber security protocols. Wifi and wired-ethernet is acceptable. - The Supplier shall ensure the meeting room camera has the ability to track and zoom in / autoframe on speakers during the meeting. - The Supplier shall provide Desk mounted microphones in preference to wall mounted - The Supplier shall advise their recommended number. - The Supplier shall provide a Soundbar in preference to other speaker solutions. - The Supplier shall include an option for an additional speaker (e.g. at the back of the room / other end of the desk) in their tender response. - The Supplier shall provide a Main touchscreen / control panel for the meeting rooms. - Any PC as part of the solution would need to be configured by TRA (the Requirement Owner) to enrol in InTune and security policies applied. - Installation will be signed off via user acceptance testing which the Requirement Owner will coordinate to coincide with the installation date. - The Supplier shall provide a Support service, required as per Solution Performance Requirements section above.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-19a74204-c9a6-4b69-86a6-86e835d24e51
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4638e884-04fb-40da-b0f2-b3e437182f26
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

30100000 - Office machinery, equipment and supplies except computers, printers and furniture

Notice Value(s)

Tender Value
£14,110 Under £100K
Lots Value
Not specified
Awards Value
£14,110 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
28 Mar 20241 years ago
Submission Deadline
11 Jan 2024Expired
Future Notice Date
Not specified
Award Date
7 Feb 20242 years ago
Contract Period
28 Feb 2024 - 28 Feb 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR INTERNATIONAL TRADE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2DY
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLJ South East (England)

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

AVOIRA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-19a74204-c9a6-4b69-86a6-86e835d24e51-2024-03-28T11:30:20Z",
    "date": "2024-03-28T11:30:20Z",
    "ocid": "ocds-b5fd17-19a74204-c9a6-4b69-86a6-86e835d24e51",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_403647/1337236",
        "title": "Project: project_3087 - Provision of TRA Meeting Room Phase 2",
        "description": "TRA wish to procure services to conduct Discovery, Design, and Build for an improved TRA Reading office Meeting Room Experience, with the following scope: - The scope of the project is for 1 large meeting room (11.8m x 5.7m approx.) and 1 medium meeting room (6m x 5.7m) - for the new office on the 1st floor of Premier House, 60 Caversham Road, Reading, RG1 7EB as TRA are moving from their current office (North Gate House, 21-23 Valpy Street, Reading RG1 1AF) in April 2024. - This must be a Microsoft Teams Meeting Room solution. - The Supplier will ensure the solution covers screens, speakers, microphones, pc requirements, touch screen panels and any supporting cabling and stands. - The Supplier shall provide a recommendation for running all-staff hybrid meetings (in person and online) from the large meeting room (best use of screen placement, microphones and speakers) to provide an excellent experience for all attendees (virtual and in-person). - MTR (Microsoft Teams Room) solution required. - A BYOD compatible solution is not required for this requirement. - The Supplier shall provide a Monitor, which can be freestanding, or wall mounted. The Supplier shall indicate their recommended size. - The Supplier shall ensure they do not provide any ceiling mounted devices as a solution - including mics / speakers / cameras. - Bluetooth connectivity is not required, as this is not permitted under TRA cyber security protocols. Wifi and wired-ethernet is acceptable. - The Supplier shall ensure the meeting room camera has the ability to track and zoom in / autoframe on speakers during the meeting. - The Supplier shall provide Desk mounted microphones in preference to wall mounted - The Supplier shall advise their recommended number. - The Supplier shall provide a Soundbar in preference to other speaker solutions. - The Supplier shall include an option for an additional speaker (e.g. at the back of the room / other end of the desk) in their tender response. - The Supplier shall provide a Main touchscreen / control panel for the meeting rooms. - Any PC as part of the solution would need to be configured by TRA (the Requirement Owner) to enrol in InTune and security policies applied. - Installation will be signed off via user acceptance testing which the Requirement Owner will coordinate to coincide with the installation date. - The Supplier shall provide a Support service, required as per Solution Performance Requirements section above.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "30000000",
            "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "30100000",
                "description": "Office machinery, equipment and supplies except computers, printers and furniture"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 14110.11,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-01-11T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-02-28T00:00:00Z",
            "endDate": "2025-02-28T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-172674",
            "name": "Department for International Trade",
            "identifier": {
                "legalName": "Department for International Trade"
            },
            "address": {
                "streetAddress": "Old Admiralty Building, Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2DY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Department for International Trade",
                "email": "commercialddat@businessandtrade.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-278504",
            "name": "Avoira UK Limited",
            "identifier": {
                "legalName": "Avoira UK Limited"
            },
            "address": {
                "streetAddress": "Pennine House, Bury, Lancashire, BL9 6YA"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-172674",
        "name": "Department for International Trade"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-19a74204-c9a6-4b69-86a6-86e835d24e51-1",
            "status": "active",
            "date": "2024-02-07T00:00:00Z",
            "datePublished": "2024-03-28T11:30:20Z",
            "value": {
                "amount": 14110.11,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-278504",
                    "name": "Avoira UK Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-02-28T00:00:00Z",
                "endDate": "2025-02-28T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/4638e884-04fb-40da-b0f2-b3e437182f26",
                    "datePublished": "2024-03-28T11:30:20Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "Redacted Contract.",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3adfb313-42e6-4bf6-ae63-c57eff76f280",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}