Tender

CCTV Video Management System

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2024/S 000-003333

Procurement identifier (OCID): ocds-h6vhtk-043648

Published 1 February 2024, 11:27am



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

Bournemouth Christchurch and Poole Council, Civic Centre

Bournemouth

BH2 6DY

Contact

Strategic Procurement

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.3) Communication

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

https://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

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

CCTV Video Management System

Reference number

DN700606

two.1.2) Main CPV code

  • 32235000 - Closed-circuit surveillance system

two.1.3) Type of contract

Supplies

two.1.4) Short description

BCP Council is looking for a provider to supply a CCTV Video Management System to link into its 700 public space surveillance cameras. It is anticipated that the instillation will take place between April and June 2024. The contract is also includes a five year maintenance support contract.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

BCP Council is looking for a provider to supply a CCTV Video Management System to link into its 700 public space surveillance cameras. It is anticipated that the instillation will take place between April and June 2024. The contract is also includes a five year maintenance support contract.

The Council may wish to expand its services to include additional video camera monitoring and Alarm receiving from other local authority properties within the conurbation. The project requires the system to be upgraded to accommodate as a minimum a 64bit Operating System and will include as a minimum:

• Alarm Receiving via CSL Dualcom

• Fault Logging and Maintenance Planning

• Georeferenced Mapping & Building Plans

• BCP evidence continuity and GDPR requirements

• Incident Management

• Evidence management

• Visitor Management

• Management Reporting and KPI’s

• Mobile device incident and evidence management

• Remote Access

• FAT & SAT

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

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: Yes

Description of options

This contract is for the supply of goods as well as a 5 year maintenance contract.

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.1.8) 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

4 March 2024

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 February 2024

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders should seek independent legal and commercial advice in relation to the potential

value of the opportunity and the scheme as a whole.

The Council is carrying out this procurement under the Open Procedure pursuant to the

Public Contracts Regulations 2015 (as amended).

In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of

decisions to award a contract or conclude a framework agreement); Regulation 87

(Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as

amended). Following any decision to award the contract the Council will be providing

debriefing information to unsuccessful bidders (in accordance with Regulation 86) and

observe a minimum 10 day standstill period (in accordance with Regulation 87) before the

contract is entered into.

The Council reserves the right not to award the opportunity or to award only part (or a

different arrangement) of the opportunity described in this contract notice.

The services will predominantly be performed within the boundaries of BCP Council for the

Council.

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice, Strand

London

WCA 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

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

Bournemouth Christchurch and Poole Council

Bournemouth

BH2 6DY

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom