Services - 198979-2014

Display compact view

14/06/2014    S113

United Kingdom-London: Closed circuit television services

2014/S 113-198979

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: London Borough of Waltham Forest
Postal address: Laurel House, Waltham Forest Town Hall, Forest Road, Walthamstow
Town: London
Postal code: E17 4JF
Country: United Kingdom
For the attention of: Mr Neil Howard
E-mail: neil.howard@walthamforest.gov.uk
Telephone: +44 2084968010

Internet address(es):

General address of the contracting authority: http://www.walthamforest.gov.uk

Address of the buyer profile: www.londontenders.org

Further information can be obtained from:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II.B: Object of the contract (Supplies or services)

II.1)Title attributed to the contract by the contracting authority:
Security and Safety Systems, Repairs, Maintenance, Supply & Installation Framework 2015–2019.
II.2)Type of contract and place of delivery or of performance
Service category No 5: Telecommunications services
Outer London – East, North East and North.

NUTS code UKI21 Outer London - East and North East

II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:
The London Borough of Waltham Forest will be seeking expressions of interest to appoint a suitably qualified and experienced provider, with proven capability to deliver an integrated Security and Safety systems repairs, maintenance, supply and installation service to the Council and it's collaborative partners (London Boroughs of Enfield, Newham and Redbridge), comprising of but not limited to:
— The planned and reactive repair and maintenance of existing CCTV Cameras, Alarm Receiving Centre (ARC), Door Entry and Access Control and Control Room Monitoring systems.
— The programmed replacement of existing CCTV Cameras, Alarm Receiving Centre (ARC), Door Entry and Access Control and Control Room Monitoring systems.
— The supply of equipment and installation of CCTV Cameras, Alarm Receiving Centre (ARC), Door Entry and Access Control and Control Room Monitoring systems under Capital projects.
— The supply, installation and planned/reactive repair and maintenance of CCTV Camera, Alarm Receiving Centre (ARC), Door Entry and Access Control and Control Room Monitoring systems back office support software and hardware, including licencing requirements where applicable.
— The supply, installation and planned/reactive repair and maintenance of Building Management Systems (BMS).
— The supply, installation and planned/reactive repair and maintenance of CCTV Camera, Alarm Receiving Centre (ARC), Door Entry and Access Control and Control Room Monitoring systems transmission networks, including wireless and fibre optic cable solutions, and CCTV ducting as required.
— The supply and installation of CCTV Camera mounting towers, poles, columns and column bases as required.
— Radio, fibre and network management to include the design and maintenance of security and resilience to CoCo and other data standards and layer 3 switch management and support.
— The maintenance of the technical construction files for the Certification of Approved devices for Civil Traffic Enforcement.
— The supply, installation, management, support and planned/reactive repair and maintenance of Automatic Number Plate Recognition (ANPR) systems to comply with NADC and police standards.
The duration of the Framework Agreement will be for a period of 4 years (2015–2019).
The Framework Agreement shall cover CCTV Cameras, Alarm Receiving Centre (ARC), Control Room Monitoring, Intruder, Fire, Lone Worker, Community and Personal Alarm and Door Entry and Access Control systems within the street and open spaces scene, car parks (surface and multi-storey), markets (open and enclosed), housing estates, corporate buildings, schools and/or other locations as designated by the client.
The contracting Authority will be looking to award the Framework Agreement to a single contractor, with a commencement date of the 1.4.2015.
The London Borough of Waltham Forests annual expenditure is estimated at 242 000 GBP per annum, excluding VAT.
The London Borough of Enfield's annual expenditure is estimated at 750 000 GBP per annum, excluding VAT.
The London Borough of Newham's annual expenditure is estimated at 425 000 GBP per annum, excluding VAT.
The London Borough of Redbridge's annual expenditure is estimated at 425 000 GBP per annum, excluding VAT.
The above figures are an estimated value of expenditure for the contracting Authority and it's named Collaborative Partners. No guarantee can be given as to the amount of funding available or the value of equipment supplied or works to be carried out under this Framework Agreement.
In addition to the contracting Authority and its collaborative partners (named above), this Framework Agreement will also be available for access and call-off by the following Public Sector Organisations:
— All East London Solutions (ELS) member Authorities as named in the following link:
https://govx.socitm.net/spaces/els/
— All remaining London Boroughs (including the City of London) as named in the following link:
http://www.london.gov.uk/contact-us/public-services-enquiries/london-borough-links
— Transport for London (TfL)
Estimated cost excluding VAT:
Range: between 0 and 50 000 000 GBP

Lots

This contract is divided into lots: no
II.5)Common procurement vocabulary (CPV)

92222000 Closed circuit television services, 32000000 Radio, television, communication, telecommunication and related equipment, 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television, 32223000 Video transmission apparatus, 32230000 Radio transmission apparatus with reception apparatus, 32231000 Closed-circuit television apparatus, 32234000 Closed-circuit television cameras, 32235000 Closed-circuit surveillance system, 32323500 Video-surveillance system, 32552600 Entrance telephones, 35120000 Surveillance and security systems and devices, 35121000 Security equipment, 35121700 Alarm systems, 35125000 Surveillance system, 35125300 Security cameras, 42961100 Access control system, 45312000 Alarm system and antenna installation work, 45317000 Other electrical installation work, 48730000 Security software package, 50000000 Repair and maintenance services, 50324200 Preventive maintenance services, 50340000 Repair and maintenance services of audio-visual and optical equipment, 50610000 Repair and maintenance services of security equipment, 31625000 Burglar and fire alarms, 31625200 Fire-alarm systems, 31625300 Burglar-alarm systems, 45312100 Fire-alarm system installation work, 45312200 Burglar-alarm system installation work, 51300000 Installation services of communications equipment, 32570000 Communications equipment

II.6)Scheduled date for start of award procedures
20.1.2015
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:
This is a Prior Information Notice only, the purpose of which is to alert interested suppliers that this Framework Agreement will be tendered by the London Borough of Waltham Forest and its collaborative partners (London Boroughs of Enfield, Newham and Redbridge) commencing July/August 2014 and is NOT a call for competition.
Potential bidders should note that an electronic auction will be used for the pricing element of the ITT “Invitation to Tender” stage of the procurement exercise and that prior to the electronic auction event bidders who have been invited to the Invitation to Tender (ITT) stage will have access to an electronic auction training site and guidance will be provided.
The Contracting Authority will be holding a Bidders Information Session open to all those interested in tendering for this contract, prior to the publication of the OJEU notice and PQQ documentation.
Date: 15.7.2014
Time: 10:00 to 14:00
Location: Laurel House, Waltham Forest Town Hall, Forest Road, Walthamstow, London E17 4JF or an alternative venue. To be decided and notification provided closer to the date.
The format of this session will start with a presentation covering the Scope of the Contract and the Procurement process, including details on how the electronic auction will operate. The final part of the session will consist of an open floor for questions and clarifications.

In order to book your place at this session we would ask that you confirm your attendance and attendees (for practical purposes we are limiting this to two per Tenderer) to Neil Howard, CCTV and Control Room Service Manager, neil.howard@walthamforest.gov.uk

Please book this date in your diaries now.
Apart from registering for the above event, please do not take any further action in connection with this process until publication of the Contract Notice which will contain details of how to register interest and obtain the tender documentation.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be specified in the PQQ and relevant Tender documents and will be in accordance with Articles 44 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 (as amended) and as set out in the on-line Pre-Qualification Questionnaire (PQQ) evaluation matrix and the PQQ Instructions to Tenderers document.
Payments will be made in accordance with the standard terms of payment detailed in the tender documents.
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The Framework Agreement will be available for access and call-off by all the Public Sector Organisations named in section II.4.of this OJEU PIN Notice.
The values provided in Section II.4 are only an estimate.
The contracting Authority cannot guarantee to potential contractors any business through this Framework Agreement.
The selection process of contractors to be invited to the Invitation to Tender (ITT) stage will be as set out in the PQQ “Instructions to Tenderers” document.
The award process for contractors invited to the Invitation to Tender (ITT) stage will be as set out in the ITT “Instructions to Tenderers” document and will be in accordance with the following criteria:
Price – 70 % (by electronic auction);
Quality – 30 %.

The information and/or documents for this opportunity are available from http://www.londontenders.org. Contractors must read through the set of instructions and follow the process to respond to this opportunity.

The contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders.
The contracting Authority and its collaborative partners require that under this procurement, the contractor to participate actively in the social, economic and environmental regeneration of the locality and community served by the contracting Authority and its partners. Accordingly contract performance conditions may relate in particular to social, economic and environmental considerations. Contract conditions will be detailed in the PQQ and Invitation to Tender (ITT) documents.
The contracting Authority and its collaborative partners require the contractor (including their sub-contractors) to commit to paying its employees the National or London Living Wage as a minimum in accordance with the criteria set by the Living Wage Foundation and/or GLA.
Potential contractors should note that TUPE may apply to this tender.
The contracting Authority will be looking to award the Framework Agreement to a single contractor, with a commencement date of the 1.4.2015.
Contractors are to note that:

(1) The information and/or tender documents for this opportunity will only be available via http://www.londontenders.org. Potential contractors must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.

(2) Potential contractors must log-in to the http://www.londontenders.org site, search for the following Contract Title: Security and Safety Systems, Repairs, Maintenance, Supply & Installation Framework 2015–2019 and follow the instructions provided to you here.

(3) The completed PQQ and ITT submissions for this opportunity will only be received electronically via http://www.londontenders.org.

(4) All communications regarding this opportunity will only be accepted through the discussions' portal via http://www.londontenders.org. Written responses will be provided to all enquiries and any points of clarification or information will be circulated to prospective contractors via the http://www.londontenders.org email system.

(5) Potential contractors are advised to allow yourself at least 2 hours when responding to this opportunity prior to the closing date and time, especially if you are required to upload documents as an attachment.

(6) If you experience any technical difficulties please contact the Due North (http://www.londontenders.org) Helpdesk on +44 1670597120 or email: support@due-north.com

VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
10.6.2014