Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e56f |
Common Procurement Vocabulary | Repair and maintenance services of audio-visual and optical equipment |
Procurement Method | Open procedure |
Value | £750,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e56f |
Common Procurement Vocabulary | Repair and maintenance services of audio-visual and optical equipment |
Procurement Method | Open procedure |
Value | £750,000 |
Section I: Contracting authority
I.1) Name and addresses
Derry City and Strabane District Council
Council Offices, 98 Strand Road
Derry
BT48 7NN
Contact
Via eTendersNI Messaging
tenders [at] derrystrabane.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
T24-183BUS Audio-Visual Content Provider for the DNA Museum Interpretation
II.1.2) Main CPV code
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
II.1.3) Type of contract
Services
II.1.4) Short description
Derry City and Strabane District Council seeks to engage a suitably qualified Audio-Visual (AV) Content Provider to design, produce and install engaging high quality, intuitive and robust AV content for the DNA Museum. Multimedia Guide devices will be procured separately. Content produced by the AV Content Provider will be shared with the Multimedia Guide Developer for use on handheld guides. As part of the creative team, the AV Content Provider will be expected to work collaboratively. They must understand the vision of the project, the museum content and support the Client and Interpretation Design team in delivering the most effective and creative solution to the briefs as set out by the Interpretation Designer (Tandem Design). The creative team will consist of the AV Content Provider, Multimedia Guide Developer, Illustrator(s) and Models/Setworks/Physical Interactives Producer/s (who will be appointed as specialist sub-contractors under a lead Fit-Out Works Contractor). Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
II.1.5) Estimated total value
Value excluding VAT: £750,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 32320000 - Television and audio-visual equipment
- 32321200 - Audio-visual equipment
- 72000000 - IT services: consulting, software development, Internet and support
II.2.3) Place of performance
NUTS codes
- UKN0A - Derry City and Strabane
II.2.4) Description of the procurement
Derry City and Strabane District Council seeks to engage a suitably qualified Audio-Visual (AV) Content Provider to design, produce and install engaging high quality, intuitive and robust AV content for the DNA Museum. Multimedia Guide devices will be procured separately. Content produced by the AV Content Provider will be shared with the Multimedia Guide Developer for use on handheld guides. As part of the creative team, the AV Content Provider will be expected to work collaboratively. They must understand the vision of the project, the museum content and support the Client and Interpretation Design team in delivering the most effective and creative solution to the briefs as set out by the Interpretation Designer (Tandem Design). The creative team will consist of the AV Content Provider, Multimedia Guide Developer, Illustrator(s) and Models/Setworks/Physical Interactives Producer/s (who will be appointed as specialist sub-contractors under a lead Fit-Out Works Contractor). Your submission must be submitted via etendersNI, via this CFT. No other method of submissions will be accepted. Please refer to the CfT documents for further detail.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £750,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
28 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 28 March 2026
IV.2.7) Conditions for opening of tenders
Date
28 March 2025
Local time
12:30pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice NI
Belfast
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice NI
Belfast
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
As per PCR 2015
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice NI
Belfast
Country
United Kingdom