Tender

ANPR-Static Camera Support, Maintenance and Connectivity

  • Police & Crime Commissioner for South Wales

F02: Contract notice

Notice identifier: 2025/S 000-003786

Procurement identifier (OCID): ocds-h6vhtk-04dbc6

Published 5 February 2025, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Police & Crime Commissioner for South Wales

Police Headquarters, Cowbridge Road

Bridgend

CF31 3SU

Email

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