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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=66679&B=LBLAMBETH
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=66679&B=LBLAMBETH
Tenders or requests to participate must be submitted to the above-mentioned address
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.1.5) Estimated total value
Value excluding VAT: £5,523,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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
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: £1,659,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The initial contract is 5 years, plus an option to extend for a further period of up to 2 years in total. The contract will be renewed after the initial or extended period, should the latter be taken up.
two.2.10) Information about variants
Variants will be accepted: Yes
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
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: £3,570,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The initial contract is for 5 years, plus an option to extend for a further period of up to 2 years in total. The contract will be renewed after the initial or extended period, should the latter be taken up.
two.2.10) Information about variants
Variants will be accepted: Yes
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Required enrolment and qualifications are stated in the procurement documents.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Originally published as:
Date
26 April 2023
Local time
12:00pm
Changed to:
Date
5 May 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26 October 2023
four.2.7) Conditions for opening of tenders
Date
26 April 2023
Local time
12:00pm
Place
Electronic tendering system will be locked until deadline and will be unlocked remotely by a minimum of two duly authorised Council officers.
Information about authorised persons and opening procedure
Electronic tendering system will be locked until deadline and will be unlocked by a minimum of two duly authorised Council officers.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2030
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
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