Section one: Contracting authority
one.1) Name and addresses
FORESTRY COMMISSION
620 Bristol Business Park,Coldharbour Lane
BRISTOL
BS161EJ
Contact
Geoffrey McCatty
geoffrey.mccatty@forestryengland.uk
Telephone
+44 3000674419
Country
United Kingdom
Region code
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.forestresearch.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.dropbox.com/sh/jvrkqbwclgk7iam/AAArwl7Srhjg7JJz4hE5ae68a?dl=0
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.dropbox.com/request/187u3vXOfqNqq7qIIsPL
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CCTV at Alice Holt and Northern Research Stations
Reference number
CR2022/23/057
two.1.2) Main CPV code
- 32231000 - Closed-circuit television apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Forest Research is seeking to appoint a contractor to supply and install new CCTV systems at Alice Holt Research Station in Farnham (England) and at Northern Research Station in Roslin (Scotland)
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UKM - Scotland
two.2.4) Description of the procurement
Supply, installation, testing and commissioning of complete CCTV systems, including all associated systems, structures and civil works at two sites, one in Southern England and the other in Eastern Scotland, as detailed in the Technical Specification included in the ITT documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 February 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
A tender will not be considered if there is evidence of the tenderer having convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if the tenderer has been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security obligations (except where this is disproportionate e.g. only minor amounts involved).
The grounds for mandatory exclusion pursuant to Regulations 57(1) and (2) of The Public Contracts Regulations 2015 are detailed on this webpage https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/551130/List_of_Mandatory_and_Discretionary_Exclusions.pdf.
Tenders will not be considered if within the past five years the tendering organisation or any other person who has powers of representation, decision or control in the tendering organisation have been convicted anywhere in the world of any of the offences listed on that webpage.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
A tender will not be considered from tendering organisations with an annual turnover less than £700k
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Supplier's tendering for this contract are required to have the capability to provide post-installation urgent call-out, breakdown and planned repair and maintenance services to both locations (Farnham in England and Edinburgh in Scotland).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 February 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
London
WC2A 2LL
Country
United Kingdom