Tender

Contract for the Provision of Public Surveillance CCTV Monitoring, CCTV Parking and Traffic Enforcement, Building and Personal Alarm Receiving Centre, Control Room Monitoring and Response Staffing

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2021/S 000-014882

Procurement identifier (OCID): ocds-h6vhtk-02c195

Published 29 June 2021, 6:57pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

B Block South, Civic Centre, Silver Street

Enfield

EN1 3XA

Contact

Mrs Alina Caro

Email

alina.caro@enfield.gov.uk

Telephone

+44 2081322980

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.enfield.gov.uk/

Buyer's address

http://www.enfield.gov.uk/

one.3) Communication

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

Contract for the Provision of Public Surveillance CCTV Monitoring, CCTV Parking and Traffic Enforcement, Building and Personal Alarm Receiving Centre, Control Room Monitoring and Response Staffing

Reference number

DN545385

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

London Borough of Enfield is seeking to appoint a supplier for the Provision of Public Surveillance CCTV monitoring, CCTV Parking and Traffic Enforcement, Building and Personal Alarm Receiving Centre, Control Room Monitoring and Response Staffing.

two.1.5) Estimated total value

Value excluding VAT: £3,269,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Interested organisations can express their interest by completing the Standard Selection Questionnaire and uploading along with required support documents onto the e-Tendering system (www.londontenders.org). Please note that e-mailed and / or faxed submissions,

whether in full or in part, will NOT be accepted and will result in the application being rejected.

Please see other relevant documents including pre drafted ITT pack, within the London Tenders Portal for further information.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,269,000

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

Duration in months

84

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria are set out in the procurement documents. Assessment of Economic and Financial Standing, Relevant Experience as well as assessment of Technical and Professional ability.

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

two.2.14) Additional information

The duration of the Contract will be for initial sixty (60) months with the option of extending for a further twenty four (24) months in two extensions (1+1 years), subject to satisfactory performance and availability of resources and subject to a lawful termination in accordance with the provisions of the Terms and Conditions of Contract. Estimated Total Value identified in II.1.5. Above has been calculated for the initial duration of the contract including two permissible extensions.


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 July 2021

Local time

5:00pm

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

2 August 2021

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.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom