Tender

CCTV at Alice Holt and Northern Research Stations

  • FORESTRY COMMISSION

F02: Contract notice

Notice identifier: 2023/S 000-000467

Procurement identifier (OCID): ocds-h6vhtk-0395be

Published 6 January 2023, 11:53pm



Section one: Contracting authority

one.1) Name and addresses

FORESTRY COMMISSION

620 Bristol Business Park,Coldharbour Lane

BRISTOL

BS161EJ

Contact

Geoffrey McCatty

Email

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

Internet address

https://www.gov.uk/courts-tribunals