Contract

Provision of CCTV Services

  • London Borough of Lambeth

F03: Contract award notice

Notice identifier: 2024/S 000-004857

Procurement identifier (OCID): ocds-h6vhtk-03b5ff

Published 13 February 2024, 5:49pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Keith Robertson

Email

krobertson@lambeth.gov.uk

Telephone

+44 79260000

Country

United Kingdom

Region code

UKI - London

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

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

Provision of CCTV Services

Reference number

EU Supply Ref 72687

two.1.2) Main CPV code

  • 92222000 - Closed circuit television services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £5,030,225

two.2) Description

two.2.1) Title

Maintenance & Repair Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

SW2 1RW

two.2.4) Description of the procurement

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 10

Quality criterion - Name: Delivery Risk and Mitigation / Weighting: 15

Quality criterion - Name: Stakeholder Management & Communications / Weighting: 5

Quality criterion - Name: Health, Safety & Environmental (HSE) Management & CDM Requirements / Weighting: 10

Quality criterion - Name: Responsible Procurement/Social Value / Weighting: 10

Price - Weighting: 50

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

two.2) Description

two.2.1) Title

Monitoring Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

SW2 1RW

two.2.4) Description of the procurement

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round. There are over 600 cameras to be monitored and this may double during the initial contract period.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 10

Quality criterion - Name: Delivery Risk & Mitigation / Weighting: 15

Quality criterion - Name: Stakeholder Management & Communications / Weighting: 5

Quality criterion - Name: Health, Safety & Environmental (HSE) Management & CDM Requirements / Weighting: 10

Quality criterion - Name: Responsible Procurement/Social ValueResponsible Procurement/Social Value / Weighting: 10

Price - Weighting: 50

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-008706


Section five. Award of contract

Contract No

1

Lot No

1

Title

Provision of CCTV Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Eurovia Infrastructure Ltd

Albion House, Springfield Road, Horsham, West Sussex

West Sussex

RH12 2RW

Email

Authorisations@Eurovia.co.uk

Telephone

+44 1403215815

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

321931874

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,572,746

Lowest offer: £1,572,746 / Highest offer: £1,572,746 taken into consideration


Section five. Award of contract

Contract No

1

Lot No

2

Title

Provision of CCTV Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 November 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Profile Security Services Ltd

Stable Yard, Walk House Farm

Barrow-Upon-Humber

DN19 7DZ

Email

tenders@profilesecurity.co.uk

Telephone

+44 1469533339

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
National registration number

524688716

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,457,478

Total value of the contract/lot: £3,457,478


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Telephone

+44 2075366000

Country

United Kingdom

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

High Court

70 Fleet Street

London

EC4Y 1EU

Telephone

+44 2075366000

Country

United Kingdom