Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Keith Robertson
Telephone
+44 79260000
Country
United Kingdom
Region code
UKI - London
National registration number
n/a
Internet address(es)
Main address
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
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
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