Tender

T24/23_CCTV Replacement Programme

  • Anglia Ruskin University Higher Education Corporation

F02: Contract notice

Notice identifier: 2025/S 000-006772

Procurement identifier (OCID): ocds-h6vhtk-04e6a5

Published 21 February 2025, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Anglia Ruskin University Higher Education Corporation

Bishop Hall Lane

Chelmsford

CM1 1SQ

Contact

Procurement

Email

procurement@aru.ac.uk

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

www.aru.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/angliaruskinuniversity

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T24/23_CCTV Replacement Programme

Reference number

T24/23

two.1.2) Main CPV code

  • 35125300 - Security cameras

two.1.3) Type of contract

Supplies

two.1.4) Short description

ARU is looking for a company to partner with to transform the current CCTV system into a system that delivers the Employer`s requirements, ensuring that the areas identified as posing the greatest risk have the best coverage. It is the ambition of the Employer to have a system in place where anyone entering and leaving our campuses have to pass through at least two zones which are covered by CCTV which is capable of capturing images of a standard that would allow the person to be identified.ARU’s requirement is that the new cameras must be able to work in conjunction with the existing cameras, providing a seamless system for the Employer’s control room operators.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

ARU is looking for a company to partner with to transform the current CCTV system into a system that delivers the Employer`s requirements, ensuring that the areas identified as posing the greatest risk have the best coverage. It is the ambition of the Employer to have a system in place where anyone entering and leaving our campuses have to pass through at least two zones which are covered by CCTV which is capable of capturing images of a standard that would allow the person to be identified.ARU’s requirement is that the new cameras must be able to work in conjunction with the existing cameras, providing a seamless system for the Employer’s control room operators.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3 x 12 months extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3 x 12 months extension

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.2.14) Additional information

This Tender is being conducted electronically using the Anglia Ruskin University eTendering system which can be found at https://in-tendhost.co.uk/angliaruskinuniversity/To receive documents, the users must first register and obtain login details. Existing users should log in to the website and express interest.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Tender Documentation.

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

Restricted 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

24 March 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 April 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Anglia Ruskin University Higher Education Corporation

Bishop Hall Lane

Chelmsford

CM1 1SQ

Email

procurement@aru.ac.uk

Telephone

+44 1245493131

Country

United Kingdom

Internet address

www.aru.ac.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Anglia Ruskin University Higher Education Corporation will incorporate the statutory 10-day standstill period under Regulation 87 into the award process. UK Legislation provides a mechanism for aggrieved parties who have been harmed or who are at risk of harm by Anglia Ruskin University Higher Education Corporation's breach of the Regulations to take action in the High Court. Any such action should be brought promptly and in any event within 30 days of the date the tenderer knew or ought to have known that grounds for starting proceedings have arisen. The procedures and grounds for appeal are set out in Regulation 92.