Opportunity

Public space CCTV and ANPR traffic enforcement - supply and maintenance

  • London Borough of Merton

F02: Contract notice

Notice reference: 2021/S 000-014423

Published 24 June 2021, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Merton

Civic Centre, London Rd

Morden

SM4 5DX

Contact

Mr Tom Davis

Email

tom.davis@merton.gov.uk

Telephone

+44 2082745215

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.merton.gov.uk/

Buyer's address

http://www.merton.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

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

Public space CCTV and ANPR traffic enforcement - supply and maintenance

Reference number

DN550019

two.1.2) Main CPV code

  • 92000000 - Recreational, cultural and sporting services

two.1.3) Type of contract

Services

two.1.4) Short description

Supply and maintenance of CCTV and ANPR cameras and associated equipment, including fibre connectivity.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 45316210 - Installation of traffic monitoring equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The objective of the contract is to:

1.1.1 Maintain the Equipment in good working order to maximise its operational availability. The Contractor shall take such reasonable steps to maintain the Equipment so that it shall continue to have, throughout the Contract period, acceptable high standards of serviceability and performance acceptable to the Council.

1.1.2 Provide a flexible agreement whereby additional cameras and systems can be added to the contract but also where the borough can benefit from savings on equipment maintenance costs by investing in new CCTV cameras, systems and infrastructure.

1.1.3 Allow for the future upgrade and expansion of the CCTV infrastructure to include additional fixed site, Rapid Deployment and wireless camera systems for housing estates, council building security, traffic enforcement and community safety purposes. New Control Room equipment. New/upgraded Central equipment including command & control systems and recording systems. New transmission equipment to expand/upgrade the CCTV service.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

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

22 July 2021

Local time

2:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 July 2021

Local time

2:30pm


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

Royal Courts of Justice

London

Country

United Kingdom