Notice Information
Notice Title
Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271)
Notice Description
Lot Information
Lot 1
Continuation of the service provided by the Contractor: the provision of sound and vision operation and maintenance services to the Houses of Parliament.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032c57
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009658-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
64 - Postal and telecommunications services
92 - Recreational, cultural and sporting services
-
- CPV Codes
50340000 - Repair and maintenance services of audio-visual and optical equipment
64228000 - Television and radio broadcast transmission services
92200000 - Radio and television services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £16,218,473 £10M-£100M
Notice Dates
- Publication Date
- 11 Apr 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 31 Aug 201510 years ago
- Contract Period
- 11 Apr 2022 - 8 Jan 2023 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CORPORATE OFFICER OF THE HOUSE OF LORDS AND THE CORPORATE OFFICER OF THE HOUSE OF COMMONS
- Contact Name
- Mitch Dalgleish
- Contact Email
- dalgleishm@parliament.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 0AA
- 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
- TLI32 Westminster
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-032c57-2022-04-11T16:40:32+01:00",
"date": "2022-04-11T16:40:32+01:00",
"ocid": "ocds-h6vhtk-032c57",
"initiationType": "tender",
"tender": {
"id": "GSV1271",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271)",
"classification": {
"scheme": "CPV",
"id": "92200000",
"description": "Radio and television services"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "Continuation of the service provided by the Contractor: the provision of sound and vision operation and maintenance services to the Houses of Parliament.",
"contractPeriod": {
"startDate": "2022-04-12T00:00:00+01:00",
"endDate": "2023-01-08T23:59:59Z"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50340000",
"description": "Repair and maintenance services of audio-visual and optical equipment"
},
{
"scheme": "CPV",
"id": "64228000",
"description": "Television and radio broadcast transmission services"
}
],
"deliveryAddresses": [
{
"region": "UKI32"
}
],
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "009658-2022-GSV1271-1",
"relatedLots": [
"1"
],
"title": "Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-49586",
"name": "Bow Tie Television Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-49585",
"name": "The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons",
"identifier": {
"legalName": "The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons"
},
"address": {
"streetAddress": "Palace ofWestminster",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mitch Dalgleish",
"email": "dalgleishm@parliament.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/parliamentuk/aspx/Home"
}
},
{
"id": "GB-FTS-49586",
"name": "Bow Tie Television Limited",
"identifier": {
"legalName": "Bow Tie Television Limited"
},
"address": {
"locality": "London",
"region": "UKI45",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-14224",
"name": "The High Court Justice",
"identifier": {
"legalName": "The High Court Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-49585",
"name": "The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons"
},
"contracts": [
{
"id": "009658-2022-GSV1271-1",
"awardID": "009658-2022-GSV1271-1",
"title": "Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament",
"status": "active",
"value": {
"amount": 16218473,
"currency": "GBP"
},
"dateSigned": "2015-09-01T00:00:00+01:00",
"period": {
"durationInDays": 270
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "92200000",
"description": "Radio and television services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50340000",
"description": "Repair and maintenance services of audio-visual and optical equipment"
},
{
"scheme": "CPV",
"id": "64228000",
"description": "Television and radio broadcast transmission services"
}
],
"deliveryAddresses": [
{
"region": "UKI32"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "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.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: : (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."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:238104-2015:TEXT:EN:HTML"
}
],
"language": "en"
}