Tender

PROVISION OF CCTV, SECURITY EQUIPMENT AND SERVICES FRAMEWORK - DN564089

  • Doncaster Council

F02: Contract notice

Notice identifier: 2022/S 000-000736

Procurement identifier (OCID): ocds-h6vhtk-030978

Published 11 January 2022, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Contact

Emma Norris

Email

Emma.Norris2@doncaster.gov.uk

Telephone

+44 1302737311

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

182338557

Internet address(es)

Main address

https://www.doncaster.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104514

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42223&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42223&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PROVISION OF CCTV, SECURITY EQUIPMENT AND SERVICES FRAMEWORK - DN564089

Reference number

48580

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

PROVISION OF CCTV, SECURITY EQUIPMENT AND SERVICES

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

Lot One: CCTV Cameras, Alarm Receiving Centres and Building CTV Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Provision of CCTV and Security Equipment and Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot Two: Building Intruder Alarm Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Provision of CCTV and Security Equipment and Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot Three: Network Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Provision of CCTV and Security Equipment and Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot Four: Concierge Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Provision of CCTV and Security Equipment and Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot Five: Relocatable Cameras

Lot No

5

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

i.e. body worn cameras, street lighting cameras, covert wildlife cameras, facial recognition cameras.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot Six: Intruder Alarm Systems

Lot No

6

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 35800000 - Individual and support equipment
  • 35820000 - Support equipment
  • 44521120 - Electronic security lock
  • 48730000 - Security software package
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Provision of CCTV and Security Equipment and Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 May 2022

four.2.7) Conditions for opening of tenders

Date

9 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Doncaster Council

The Civic Office

Doncaster

DN1 3BU

Email

corporate.procurement@doncaster.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Doncaster Council

The Civic Office

Doncaster

DN1 3BU

Email

corporate.procurement@doncaster.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum of 10 calendar day stand still period at the point when the information on the award of the contract is communicated to tenderers. If an a appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI20105/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales, Northern Ireland).

six.4.4) Service from which information about the review procedure may be obtained

Doncaster Council

The Civic Office

Doncaster

DN1 3BU

Email

corporate.procurement@doncaster.gov.uk

Country

United Kingdom