Section one: Contracting authority
one.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
swp-procurement@south-wales.police.uk
Telephone
+44 1656655555
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
https://www.south-wales.police.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ANPR-Static Camera Support, Maintenance and Connectivity
Reference number
JCPS-O553
two.1.2) Main CPV code
- 50344100 - Repair and maintenance services of photographic equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Commissioner has an ANPR camera estate covering the Force Area
The Commissioner requires the support, maintenance, connectivity and installation of new static ANPR Cameras as well as existing installations
The provision shall include as a minimum, but not be limited to;
The preventative and reactive maintenance of all current ANPR cameras at static sites in accordance with the National ANPR Standards for Policing & Law Enforcement (NASPLE).
The purchase of replacement ANPR cameras when required.
The installation of new ANPR Cameras at new sites with associated fixings.
A dedicated APN via SIM enabled camera units to process all ANPR data from Cameras to the back-office function (BoF)
All SIM cards(for both static and mobile Cameras and associated connectivity equipment necessary for the transfer of ANPR data to relevant systems)
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35125300 - Security cameras
- 32260000 - Data-transmission equipment
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
- UKL15 - Central Valleys
- UKL18 - Swansea
- UKL17 - Bridgend and Neath Port Talbot
- UKL1 - West Wales and the Valleys
Main site or place of performance
Across the South Wales Police Force Area
two.2.4) Description of the procurement
2.1. The Commissioner has an ANPR camera estate covering the Force Area
The Commissioner requires the support, maintenance, connectivity and installation of new static ANPR Cameras as well as existing installations
The provision shall include as a minimum, but not be limited to;
The preventative and reactive maintenance of all current ANPR cameras at static sites in accordance with the National ANPR Standards for Policing & Law Enforcement (NASPLE).
The purchase of replacement ANPR cameras when required.
The installation of new ANPR Cameras at new sites with associated fixings.
A dedicated APN via SIM enabled camera units to process all ANPR data from Cameras to the back-office function (BoF)
All SIM cards(for both static and mobile Cameras and associated connectivity equipment necessary for the transfer of ANPR data to relevant systems)
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24 month extension available
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Detailed in the tender 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
7 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 6 June 2025
four.2.7) Conditions for opening of tenders
Date
7 March 2025
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147841
(WA Ref:147841)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom