Section one: Contracting authority
one.1) Name and addresses
Broxtowe Borough Council
Beeston
NOTTINGHAM
NG91AB
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org
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
BP1003 - Surveillance Camera Maintenance Services
Reference number
BP1003
two.1.2) Main CPV code
- 92222000 - Closed circuit television services
two.1.3) Type of contract
Services
two.1.4) Short description
Broxtowe Borough Council (the Council) is undertaking this procurement to establish a contract for surveillance camera maintenance services.
The Council is the contracting organisation. However, the Contractor will also provide a fully comprehensive Surveillance Camera Maintenance Service to Newark & Sherwood District, and Ashfield District Council in support of their respective existing surveillance camera systems, as well as Broxtowe Borough Council.
Broxtowe Borough Council (the Council) is seeking to appoint a single camera surveillance maintenance Service Provider to provide the following core services:
• Preventative maintenance of cameras and the Control Room
• Responsive maintenance to faults with cameras, equipment and the Control Room
• Installation, removal, replacement and redeployment of cameras where required
• Camera lens and dome cleaning services
• Possible of provision of capital equipment
• Electrical safety testing of CCTV columns, street cabinets and CCTV structures.
• Street level wireless network nodes/links where installed to transmit or receive video signals
The initial contract period is 36 months; the contract is estimated to commence 1 May 2023 and expire 30 April 2026.
There will be an option to extend the contract for periods of up to 36 months. subject to satisfactory performance and business needs. Maximum contract period is 72 months.
Site Visit
The Council considers that a site visit is not required to the Control Room.
Transfer of Undertakings Regulations 2006 (TUPE)
The current service provider has confirmed that TUPE does not apply.
However, the Council provides no warranty about the accuracy of this information or the actual legal position and therefore makes no representations about the application or non-application of TUPE. Bidders are advised to make their own enquiries by seeking independent professional legal advice on the consequences for them if they are the successful tenderer and the TUPE regulations do apply.
Please visit the Council's e-tendering system https://www.eastmidstenders.org where you can express interest and obtain the documents, (please note we will only accept expressions of interest through the e-tendering system). Please search for BP1003.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF15 - North Nottinghamshire
- UKF16 - South Nottinghamshire
Main site or place of performance
Nottinghamshire
two.2.4) Description of the procurement
Broxtowe Borough Council (the Council) is undertaking this procurement to establish a contract for surveillance camera maintenance services.
The Council is the contracting organisation. However, the Contractor will also provide a fully comprehensive Surveillance Camera Maintenance Service to Newark & Sherwood District, and Ashfield District Council in support of their respective existing surveillance camera systems, as well as Broxtowe Borough Council.
Broxtowe Borough Council (the Council) is seeking to appoint a single camera surveillance maintenance Service Provider to provide the following core services:
• Preventative maintenance of cameras and the Control Room
• Responsive maintenance to faults with cameras, equipment and the Control Room
• Installation, removal, replacement and redeployment of cameras where required
• Camera lens and dome cleaning services
• Possible of provision of capital equipment
• Electrical safety testing of CCTV columns, street cabinets and CCTV structures.
• Street level wireless network nodes/links where installed to transmit or receive video signals
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Period or periods up to 36 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Period or periods up to 36 months.
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
See procurement documents.
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.1.8) 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
6 March 2023
Local time
10:00am
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 March 2023
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/01/2026
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
Broxtowe Borough Council
Foster Avenue, Beeston
Nottingham
NG9 1AB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals:
The contracting authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to tenderers of the award decision. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 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 and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.