Section one: Contracting authority
one.1) Name and addresses
Oxford City Council
Oxford City Council, St.Aldates
Oxford
OX1 1DS
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=7a00e105-df6e-eb11-8108-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=7a00e105-df6e-eb11-8108-005056b64545
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 requirement - 3 packages of work
Reference number
DN526906
two.1.2) Main CPV code
- 32234000 - Closed-circuit television cameras
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Contract is for the supply of 3 discrete packages of work and the Framework will be awarded to one supplier.
Package 1
This package covers upgrades and new installations for the following
A) Replacement of 4 Indigo Vision Video Recorders with Genetec Video Recorders in Windrush Tower, Evenlode Tower, Plowman Tower and Foresters Tower
B) Replacement of Wireless Links between Foresters Tower and Windrush Tower and between Foresters Tower and Evenlode Tower and between Foresters Tower and Hockmoor Tower
C) Option to Install CCTV in 4 Sheltered Housing Blocks
D) Provide 4 Re-Deployable Camera kits for internal use in buildings
E) Provide Display Wall Drivers to re-use existing monitors displaying Indigo Vision cameras to show cameras on the Genetec system. These will be installed in conjunction with the Council’s CCTV Control Room Maintenance Contractor
Package 2
This package mainly covers practical moves of equipment and backbone links to prepare for any move away from the current location and give a better level of resilience.
A) Replacement of the Synectics analogue matrix and Synectics Video Recording with a Genetec VMS, Operator Workstations and Display Wall Drivers
B) Relocation of the Video Recorders and main Server into the Town Hall PBX Room to prepare for any relocation from St Aldates Police stn to an alternative site.
C) Changes to the CCTV IP network so that all data flows via the Town Hall PBX room where the video recorders will be located
D) Co-ordinating with BT Redcare who will relocate existing BT fibre optic links to the Town Hall
Note: It is acknowledged that moves may be being considered to move away from some or all of St Aldates Chambers but it is thought highly unlikely that there will be a move away from the Town Hall.
Package 3
This package provides a framework were additional CCTV/Security requirements can be met by Oxford City council or partners to allow them to purchase additional or Replacement equipment in line with the criteria met by this tender without the need to go out to an additional full tender.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71316000 - Telecommunication consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
- UKJ14 - Oxfordshire
two.2.4) Description of the procurement
Package 1
This package covers upgrades and new installations for the following
A) Replacement of 4 Indigo Vision Video Recorders with Genetec Video Recorders in Windrush Tower, Evenlode Tower, Plowman Tower and Foresters Tower
B) Replacement of Wireless Links between Foresters Tower and Windrush Tower and between Foresters Tower and Evenlode Tower and between Foresters Tower and Hockmoor Tower
C) Option to Install CCTV in 4 Sheltered Housing Blocks
D) Provide 4 Re-Deployable Camera kits for internal use in buildings
E) Provide Display Wall Drivers to re-use existing monitors displaying Indigo Vision cameras to show cameras on the Genetec system. These will be installed in conjunction with the Council’s CCTV Control Room Maintenance Contractor
Package 2
This package mainly covers practical moves of equipment and backbone links to prepare for any move away from the current location and give a better level of resilience.
A) Replacement of the Synectics analogue matrix and Synectics Video Recording with a Genetec VMS, Operator Workstations and Display Wall Drivers
B) Relocation of the Video Recorders and main Server into the Town Hall PBX Room to prepare for any relocation from St Aldates Police stn to an alternative site.
C) Changes to the CCTV IP network so that all data flows via the Town Hall PBX room where the video recorders will be located
D) Co-ordinating with BT Redcare who will relocate existing BT fibre optic links to the Town Hall
Note: It is acknowledged that moves may be being considered to move away from some or all of St Aldates Chambers but it is thought highly unlikely that there will be a move away from the Town Hall.
Package 3
This package provides a framework were additional CCTV/Security requirements can be met by Oxford City council or partners to allow them to purchase additional or Replacement equipment in line with the criteria met by this tender without the need to go out to an additional full tender.
two.2.5) Award criteria
Quality criterion - Name: Company details / Weighting: 15
Quality criterion - Name: Case Studies / Weighting: 20
Quality criterion - Name: Project Plan, Risk Assessments and Method Statements / Weighting: 15
Quality criterion - Name: System Schematic and Data Sheets / Weighting: 5
Quality criterion - Name: Community Support / Weighting: 5
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2021
This contract is subject to renewal
Yes
Description of renewals
The Contract is programmed to be awarded for a period of 1 year from Contract commencement with the option for the Council, in its entire discretion, to extend the Contract by a further period three periods of 12 months up to a maximum term of 4 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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
5 April 2021
Local time
12:00pm
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 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Oxford City Council
Oxford
Country
United Kingdom