Planning

Supply of In Cell Televisions to the Ministry of Justice

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

12 May 2023 at 13:26

Summary of the contracting process

The Ministry of Justice in the United Kingdom has initiated a tender for the supply of flat-screen televisions across its organisation and participating Contracting Authorities. The procurement process is in the planning stage and has a value of 16.62 million GBP. The Ministry is seeking to purchase 19 and/or 24-inch LED flat screen TVs, with specific technical requirements. The deadline for future notices relating to this tender is set for the 16th of June 2023.

This procurement opportunity from the Ministry of Justice presents a chance for businesses specializing in radio, television, communication, telecommunication, and related equipment to compete. Companies that can meet the detailed product specifications outlined in the tender, as well as provide delivery to the designated location in the UK, would be well-suited to pursue this contract. The planned procurement offers a significant business growth opportunity for suppliers within the specified industry category who can adhere to the Ministry's requirements.

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

Supply of In Cell Televisions to the Ministry of Justice

Notice Description

The headline requirement relates to the Ministry of Justice's requirement for the national supply of flat screen televisions within its own organisation and participating Contracting Authorities across England, Wales & Scotland.

Lot Information

Lot 1

Product Specification 19 and/or 24" LED FLAT SCREEN TV SPECIFICATION. 1.1 Physical Characteristics 19 and/or 24" Flat screen LED television complete with removable power cable, remote control unit and instruction booklet. MAIN UNIT * Screen size approx. 19" and/or 24". Flat screen, low energy LED panel * All components to be classed as Grade A * Any screws used in manufacture should be classed as a security screw. * Outer casing to be manufactured from a transparent, shatterproof plastic material. * To meet fire safety standards all cell TV cabinets shall have a rating of UL94 VO, which is clearly branded at the on each TV unit cabinet. * The design should be free from sharp edges or corners. * The screen should be manufactured from a plastic shatterproof material with anti-glare protection. * Manual control buttons to be positioned to side. They should not be positioned on the reverse of the unit. * As a minimum these should consist of on/off, volume and channel selection allowing adjustment without the use of the remote-control unit. * Maximum volume 5 Watts audio output with pre-set volume level at start up. * 1 x Connection for removable power cable, to be positioned on the reverse of the unit. * 1 x HDMI Connection socket, positioned to reverse of the unit, for digital signal. * 1x SCART socket connector * 1 x Non-Powered USB port positioned to reverse of the unit, to facilitate future software modifications and/or upgrades. * 1 x Standard aerial input to receive transmission of in building information system feed and central TV and video distribution via standard TV coaxial cabling and connector. * 1 x Headphone output socket BASE UNIT(STAND) * To be manufactured from transparent shatterproof material * To be supplied in the box with the main unit, but not fitted * Attachment to main unit without the need for additional tools or fixings. (IE, clicks into position release button) * Should be a single unit stand. Separate feet are not an acceptable option. * The stand should be of sufficient size and design to support main unit without risk of toppling. POWER CABLE * This should consist of two sections which can be fully removable from the main unit. * C7 to UK Plug, 400mm in length and incorporating a moulded (non-re-wire) 13A Plug, complaint to BS163-1, and supplied with a factory fitted BS1362 fuse rated at 3A. * C7 to C8 extension cable, 400mm in length. REMOTE CONTROL * Infra-red * Manufactured from transparent shatterproof plastic materials. * As minimum should provide access for on/off, volume, channel selection and allow for set-up operations. * To be supplied with AA or AAA batteries for immediate use. INSTRUCTION BOOKLET * Basic pictorial guide to set up and operation of equipment. * Information should be written in English. * Hard copy to be included in packaging. FUNCTIONALITY * TV to incorporate Analogue and Digital TV tuner. * Analogue UHF Pal-1 TV tuner with Automatic search tuning capability for analogue signals and United Kingdom Digital Signal Frequencies. * Digital Tuner to be DVBT compatible and support Logical Channel Numbering (LCN). * Both Digital TV and Radio stations are required and shall be factory restricted within the TV software. * TV channels need to be limited to those specified and be limited by a software programme that is only changeable by use of an on-board upgrade (recognising pre-determined LCNs). * To incorporate the facility to add additional channels, including subscription services such as Netflix. In order for any subscription services to be activated Approval must be made in writing by the Authority Operational_policy1@justice.gov.uk before the Supplier makes any formal agreement or amendments to the original Limited pre-set Channels. This approval cannot be made direct from establishments. * Any software engineer's code for the TV to be bespoke or protected with an additional protection layer to maintain security. * Any engineering codes shall be unique Additional information: This notice replaces notice ref 2023/S 000-009813

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c860
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013617-2023
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment


CPV Codes

32000000 - Radio, television, communication, telecommunication and related equipment

32324100 - Colour televisions

Notice Value(s)

Tender Value
£16,620,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 May 20232 years ago
Submission Deadline
Not specified
Future Notice Date
15 Jun 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
belinda.aleagha@justice.gov.uk
Contact Phone
+44 02033343555

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
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
Not specified

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

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-03c860-2023-05-12T14:26:52+01:00",
    "date": "2023-05-12T14:26:52+01:00",
    "ocid": "ocds-h6vhtk-03c860",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c860",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply of In Cell Televisions to the Ministry of Justice",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "32324100",
            "description": "Colour televisions"
        },
        "mainProcurementCategory": "goods",
        "description": "The headline requirement relates to the Ministry of Justice's requirement for the national supply of flat screen televisions within its own organisation and participating Contracting Authorities across England, Wales & Scotland.",
        "value": {
            "amount": 16620000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Product Specification 19 and/or 24\" LED FLAT SCREEN TV SPECIFICATION. 1.1 Physical Characteristics 19 and/or 24\" Flat screen LED television complete with removable power cable, remote control unit and instruction booklet. MAIN UNIT * Screen size approx. 19\" and/or 24\". Flat screen, low energy LED panel * All components to be classed as Grade A * Any screws used in manufacture should be classed as a security screw. * Outer casing to be manufactured from a transparent, shatterproof plastic material. * To meet fire safety standards all cell TV cabinets shall have a rating of UL94 VO, which is clearly branded at the on each TV unit cabinet. * The design should be free from sharp edges or corners. * The screen should be manufactured from a plastic shatterproof material with anti-glare protection. * Manual control buttons to be positioned to side. They should not be positioned on the reverse of the unit. * As a minimum these should consist of on/off, volume and channel selection allowing adjustment without the use of the remote-control unit. * Maximum volume 5 Watts audio output with pre-set volume level at start up. * 1 x Connection for removable power cable, to be positioned on the reverse of the unit. * 1 x HDMI Connection socket, positioned to reverse of the unit, for digital signal. * 1x SCART socket connector * 1 x Non-Powered USB port positioned to reverse of the unit, to facilitate future software modifications and/or upgrades. * 1 x Standard aerial input to receive transmission of in building information system feed and central TV and video distribution via standard TV coaxial cabling and connector. * 1 x Headphone output socket BASE UNIT(STAND) * To be manufactured from transparent shatterproof material * To be supplied in the box with the main unit, but not fitted * Attachment to main unit without the need for additional tools or fixings. (IE, clicks into position release button) * Should be a single unit stand. Separate feet are not an acceptable option. * The stand should be of sufficient size and design to support main unit without risk of toppling. POWER CABLE * This should consist of two sections which can be fully removable from the main unit. * C7 to UK Plug, 400mm in length and incorporating a moulded (non-re-wire) 13A Plug, complaint to BS163-1, and supplied with a factory fitted BS1362 fuse rated at 3A. * C7 to C8 extension cable, 400mm in length. REMOTE CONTROL * Infra-red * Manufactured from transparent shatterproof plastic materials. * As minimum should provide access for on/off, volume, channel selection and allow for set-up operations. * To be supplied with AA or AAA batteries for immediate use. INSTRUCTION BOOKLET * Basic pictorial guide to set up and operation of equipment. * Information should be written in English. * Hard copy to be included in packaging. FUNCTIONALITY * TV to incorporate Analogue and Digital TV tuner. * Analogue UHF Pal-1 TV tuner with Automatic search tuning capability for analogue signals and United Kingdom Digital Signal Frequencies. * Digital Tuner to be DVBT compatible and support Logical Channel Numbering (LCN). * Both Digital TV and Radio stations are required and shall be factory restricted within the TV software. * TV channels need to be limited to those specified and be limited by a software programme that is only changeable by use of an on-board upgrade (recognising pre-determined LCNs). * To incorporate the facility to add additional channels, including subscription services such as Netflix. In order for any subscription services to be activated Approval must be made in writing by the Authority Operational_policy1@justice.gov.uk before the Supplier makes any formal agreement or amendments to the original Limited pre-set Channels. This approval cannot be made direct from establishments. * Any software engineer's code for the TV to be bespoke or protected with an additional protection layer to maintain security. * Any engineering codes shall be unique Additional information: This notice replaces notice ref 2023/S 000-009813",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Goods shall be shipped directly to NOMS Branston National Distribution Centre (NDC) by pre-arrangement to the following address: HM Prison Service NDC Branston Burton Road Burton on Trent Staffs, UK"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-06-16T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "belinda.aleagha@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}