Tender

CCTV requirement - 3 packages of work

  • Oxford City Council

F02: Contract notice

Notice identifier: 2021/S 000-003891

Procurement identifier (OCID): ocds-h6vhtk-02969b

Published 26 February 2021, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Oxford City Council

Oxford City Council, St.Aldates

Oxford

OX1 1DS

Email

procurement@oxford.gov.uk

Country

United Kingdom

NUTS code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

http://www.oxford.gov.uk

Buyer's address

http://www.oxford.gov.uk

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