Tender

Provision of CCTV Services

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2023/S 000-008706

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

Published 24 March 2023, 3:54pm



The closing date and time has been changed to:

5 May 2023, 12:00pm

See the change notice.

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.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