Tender

Audio Visual (AV) Supply, Installation and Support framework

STOKE ON TRENT CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

19 Jan 2026 at 12:36

Summary of the contracting process

Stoke-on-Trent City Council is actively seeking a specialist Audio Visual (AV) partner to engage in the supply, installation, and maintenance of audio visual solutions across the city council over a four-year period. This procurement process is in the tender stage, using an open procedure without reopening competition. Key timelines include an enquiry period ending on 2nd February 2026 and a tender closing date on 17th February 2026. The procurement primarily focuses on goods with a significant budget of £1,000,000 and involves services that cater to the industry category of television and radio receivers, and sound or video recording apparatus under CPV code 32300000. The partnership is expected to enhance the council's AV capabilities primarily within the UKG23 region.

This tender offers numerous opportunities for businesses in the AV sector to expand their portfolio by aligning with a public authority. Companies with strong connections to AV manufacturers and the ability to negotiate competitive pricing will be well-positioned to benefit. The framework agreement also calls for comprehensive support services, including 24/7 maintenance cover, which could suit businesses with a robust technical support infrastructure. There's potential for growth through offering additional services like project management and training, making it a lucrative opportunity for experienced AV suppliers with a complete service offering. The contract provides for direct engagement, ensuring long-term collaboration with Stoke-on-Trent City Council.

How relevant is this notice?

Notice Information

Notice Title

Audio Visual (AV) Supply, Installation and Support framework

Notice Description

Technical Requirements Stoke-on-Trent City Council wishes to appoint a specialist Audio Visual (AV) partner to assist in the supply, delivery, installation, maintenance and support of its audio visual requirements over a four year period. This will cover the following areas: * The partner will be expected to have excellent working relationships with the majority of major AV suppliers and will be able to negotiate attractive prices for services and commodities that would benefit the city council. The partner should be able to provide expert knowledge and assistance with AV solutions across all major AV manufacturers and have proven experience of designing and delivering videoconferencing solutions. * The partner will have the ability to purchase AV hardware and software/licences. This includes all equipment required for a fully complete AV solution suitable for the size of the room it is installed in, including but not limited to TVs, cameras, microphones, speakers, cabling, bundled video conferencing solutions, etc. All AV equipment supplied must be accredited for use with Microsoft Teams. We strive to achieve the most cost effective price point on all our purchases, and assistance from the supplier to help drive down the cost is expected at all times. It is imperative the partner has excellent relationships and/or professional partnerships with all major AV manufacturers in order to negotiate the most efficient supply chain for the city council. * The partner will be responsible for providing a support and maintenance service for issues with both the software and hardware supplied, including a suitable on-site break/fix service where required. The partner should have proven delivery of comprehensive maintenance services to include up to 24/7, 365 support, custom service desk software/database and substantial in-house spares holding. Appropriate time to fix SLAs will be provided and adherence monitored and reported on regularly. Service provision is expected to be appropriate. A dedicated Helpdesk number will be provided, which goes directly to a team of experienced, fully manufacturer-trained audio visual support engineers. The partner with liaise directly with manufacturers for support on behalf of the city council where required. * The supplier will be able to provide a full, end to end project management service for the supply and installation of AV equipment ordered by the city council, where required. Assigned Project Management resource will be sourced in-house and hold PRINCE2 certification or equivalent. * The partner will negotiate attractive pricing with suppliers for the renewal of licences and annual support and maintenance for AV software and systems. The partner will advise whether significant discounts can be obtained by renewing for longer than one calendar year, to provide the best value for the city council. The partner is expected to give adequate notice of licence expiries, renewal dates, and product end of life dates. * Benchmarking and quote transparency. Quarterly benchmarking is required as part of the contract to demonstrate that the authority is receiving best value from the partner. * Training courses may be required for both usability and administration of AV solutions and associated software. The successful partner will either be able to deliver sessions themselves or will have relationships with providers to facilitate such training. These are required to be delivered both using remote learning and public schedules at local training venues. * Stoke-on-Trent City Council does not provide exclusivity of orders to the appointed provider and reserves the right to purchase goods from alternative suppliers.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0608a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004313-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
£1,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jan 2026Today
Submission Deadline
17 Feb 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
9 May 2026 - 9 May 2030 4-5 years
Recurrence
2029-09-01

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
STOKE ON TRENT CITY COUNCIL
Contact Name
Not specified
Contact Email
categorymanagement@stoke.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
STOKE-ON-TRENT
Postcode
ST4 1HH
Post Town
Stoke-on-Trent
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG23 Stoke-on-Trent
Delivery Location
TLG23 Stoke-on-Trent

Local Authority
Stoke-on-Trent
Electoral Ward
Hartshill Park & Stoke
Westminster Constituency
Stoke-on-Trent Central

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-0608a2-2026-01-19T12:36:56Z",
    "date": "2026-01-19T12:36:56Z",
    "ocid": "ocds-h6vhtk-0608a2",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDQZ-1442-RZTZ",
            "name": "Stoke on Trent City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDQZ-1442-RZTZ"
            },
            "address": {
                "streetAddress": "Civic Centre, Glebe Street",
                "locality": "Stoke-on-Trent",
                "postalCode": "ST4 1HH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG23"
            },
            "contactPoint": {
                "email": "categorymanagement@stoke.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDQZ-1442-RZTZ",
        "name": "Stoke on Trent City Council"
    },
    "tender": {
        "id": "SR/2025/507",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Audio Visual (AV) Supply, Installation and Support framework",
        "description": "Technical Requirements Stoke-on-Trent City Council wishes to appoint a specialist Audio Visual (AV) partner to assist in the supply, delivery, installation, maintenance and support of its audio visual requirements over a four year period. This will cover the following areas: * The partner will be expected to have excellent working relationships with the majority of major AV suppliers and will be able to negotiate attractive prices for services and commodities that would benefit the city council. The partner should be able to provide expert knowledge and assistance with AV solutions across all major AV manufacturers and have proven experience of designing and delivering videoconferencing solutions. * The partner will have the ability to purchase AV hardware and software/licences. This includes all equipment required for a fully complete AV solution suitable for the size of the room it is installed in, including but not limited to TVs, cameras, microphones, speakers, cabling, bundled video conferencing solutions, etc. All AV equipment supplied must be accredited for use with Microsoft Teams. We strive to achieve the most cost effective price point on all our purchases, and assistance from the supplier to help drive down the cost is expected at all times. It is imperative the partner has excellent relationships and/or professional partnerships with all major AV manufacturers in order to negotiate the most efficient supply chain for the city council. * The partner will be responsible for providing a support and maintenance service for issues with both the software and hardware supplied, including a suitable on-site break/fix service where required. The partner should have proven delivery of comprehensive maintenance services to include up to 24/7, 365 support, custom service desk software/database and substantial in-house spares holding. Appropriate time to fix SLAs will be provided and adherence monitored and reported on regularly. Service provision is expected to be appropriate. A dedicated Helpdesk number will be provided, which goes directly to a team of experienced, fully manufacturer-trained audio visual support engineers. The partner with liaise directly with manufacturers for support on behalf of the city council where required. * The supplier will be able to provide a full, end to end project management service for the supply and installation of AV equipment ordered by the city council, where required. Assigned Project Management resource will be sourced in-house and hold PRINCE2 certification or equivalent. * The partner will negotiate attractive pricing with suppliers for the renewal of licences and annual support and maintenance for AV software and systems. The partner will advise whether significant discounts can be obtained by renewing for longer than one calendar year, to provide the best value for the city council. The partner is expected to give adequate notice of licence expiries, renewal dates, and product end of life dates. * Benchmarking and quote transparency. Quarterly benchmarking is required as part of the contract to demonstrate that the authority is receiving best value from the partner. * Training courses may be required for both usability and administration of AV solutions and associated software. The successful partner will either be able to deliver sessions themselves or will have relationships with providers to facilitate such training. These are required to be delivered both using remote learning and public schedules at local training venues. * Stoke-on-Trent City Council does not provide exclusivity of orders to the appointed provider and reserves the right to purchase goods from alternative suppliers.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32300000",
                        "description": "Television and radio receivers, and sound or video recording or reproducing apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1000000,
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "Direct Award to single provider framework"
            }
        },
        "submissionMethodDetails": "https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=164ca555-f3d0-f011-813a-005056b64545",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-17T17:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-02T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1000000,
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality (Technical)",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-05-10T00:00:00+01:00",
                    "endDate": "2030-05-09T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "004313-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004313-2026",
                "datePublished": "2026-01-19T12:36:56Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-09-01T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}