Award

Provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament (GSV1271)

THE CORPORATE OFFICER OF THE HOUSE OF LORDS AND THE CORPORATE OFFICER OF THE HOUSE OF COMMONS

This public procurement record has 1 release in its history.

AwardUpdate

11 Apr 2022 at 15:40

Summary of the contracting process

The procurement process involves the provision of Sound and Vision Operation and Maintenance services to the Houses of Parliament, overseen by the contracting authority, The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons. This tender falls within the services category, specifically classified under Radio and television services (CPV 92200000). The contract period commenced on 12 April 2022 and is set to conclude on 8 January 2023, with its current stage classified as active following an award to Bow Tie Television Limited.

This tender presents significant opportunities for businesses engaged in audio-visual and broadcasting services, particularly those specialising in the repair and maintenance of optical and audio-visual equipment. Companies that provide television and radio broadcast transmission services would be particularly well-suited to compete for this contract, given the complex and critical nature of the services required. The involvement of a seasoned contractor is essential, and this offers an avenue for growth for businesses capable of delivering specialised expertise and robust service management.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

BOW TIE TELEVISION

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-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"
}