Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
Contact
Mr Stephen Potter
Stephen.Potter@walthamforest.gov.uk
Telephone
+44 7741077216
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
https://www.walthamforest.gov.uk/
Buyer's address
https://www.walthamforest.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
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
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
Contract for CCTV Network, Projects and Maintenance in the London Borough of Waltham Forest
Reference number
DN601775
two.1.2) Main CPV code
- 50600000 - Repair and maintenance services of security and defence materials
two.1.3) Type of contract
Services
two.1.4) Short description
The Council of the London Borough of Waltham Forest (the Authority) is seeking Tenders from suitably experienced and qualified organisations for the Contract for CCTV, Network, Projects and Maintenance
The Contract shall commence on 1st July 2022 and, subject to satisfactory performance, shall continue until and including 30th June 2025 (“the Contract Period”). Subject to satisfactory performance there is provision to extend by a further twelve (12) months to 30th June 2026.
The Authority’s Operations Centre, staff and systems play a critical role in the Safety and Security of residents, visitors and assets across the Borough.
The Borough Operations Centre has a number of security systems installed, such as Borough wide CCTV comprising of 800 cameras, sharing capabilities with the Metropolitan Police, Fire/Intruder alarm monitoring system linked to over 200 sites, Lone Working system, Access Control, Intercom system, Radio Communications (Corporate and Metropolitan Police). The system is also linked to the Boroughs Parking enforcement team and several CCTV cameras at various locations.
The successful contractor will be required to undertake works related to the network infrastructure, CCTV projects and overall maintenance of the CCTV system.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
The Council of the London Borough of Waltham Forest (the Authority) is seeking Tenders from suitably experienced and qualified organisations for the Contract for CCTV, Network, Projects and Maintenance
The Contract shall commence on 1st July 2022 and, subject to satisfactory performance, shall continue until and including 30th June 2025 (“the Contract Period”). Subject to satisfactory performance there is provision to extend by a further twelve (12) months to 30th June 2026.
The Authority’s Operations Centre, staff and systems play a critical role in the Safety and Security of residents, visitors and assets across the Borough.
The Borough Operations Centre has a number of security systems installed, such as Borough wide CCTV comprising of 800 cameras, sharing capabilities with the Metropolitan Police, Fire/Intruder alarm monitoring system linked to over 200 sites, Lone Working system, Access Control, Intercom system, Radio Communications (Corporate and Metropolitan Police). The system is also linked to the Boroughs Parking enforcement team and several CCTV cameras at various locations.
The successful contractor will be required to undertake works related to the network infrastructure, CCTV projects and overall maintenance of the CCTV system.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Subject to satisfactory performance there is provision to extend by a further twelve (12) months to 30th June 2026.
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
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
11 April 2022
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
11 April 2022
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
High Court of England and Wales Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contract is being procured in accordance with the Public Contract Regulations 2015 (to the extent they are applicable to services of this nature and utilising the flexibilities provided for Social Services). The contracting Authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales).