Opportunity

Framework Agreement for the Provision of CCTV Services to Caerphilly County Borough Council

  • Caerphilly County Borough Council

F02: Contract notice

Notice reference: 2021/S 000-016295

Published 13 July 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

Contact

Andrew Gooding

Email

GoodiA@caerphilly.gov.uk

Telephone

+44 1443863060

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

www.caerphilly.gov.uk

Buyer's address

http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

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

Framework Agreement for the Provision of CCTV Services to Caerphilly County Borough Council

Reference number

CCBC/PS1654/17/RJ

two.1.2) Main CPV code

  • 92222000 - Closed circuit television services

two.1.3) Type of contract

Services

two.1.4) Short description

Caerphilly County Borough Council is seeking suitably qualified organisations in the set up of a framework agreement for the provision of CCTV Services to Caerphilly CBC and in accordance with the framework Specification, Pricing Schedule, and Terms and Conditions of Contract.

The Framework Agreement will consist of six (6) lots as detailed below and bidders can apply for one, more or all of the Lots available.

The Lots will be as follows:-

LOT 1 – Supply and installation of CCTV Equipment to Parks and Open Spaces

LOT 2 – Supply and installation of CCTV Equipment to Council owned Buildings

LOT 3 - Maintenance and Servicing to the CCTV Control Room and Digital and Analogue Cameras connected to the site.

LOT 4 - Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments

LOT 5 – Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations

LOT 6 - Purchase of Wireless CCTV Equipment

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

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

Supply and installation of CCTV Equipment to Council owned Establishments

Lot No

2

two.2.2) Additional CPV code(s)

  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County Borough Council

two.2.4) Description of the procurement

Supply and installation of CCTV Equipment to Council owned Establishments

This Lots will have a maximum of six providers who will be required to quote for work on a mini competition basis

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via mini competition under the framework.

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

Supply and installation of CCTV Equipment to Parks and Open Spaces

Lot No

1

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 92222000 - Closed circuit television services
  • 32231000 - Closed-circuit television apparatus

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County Borough Council

two.2.4) Description of the procurement

Supply and installation of CCTV Equipment to Parks and Open Spaces

This Lots will have a maximum of six providers who will be required to quote for work on a mini competition basis

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via mini competition under the framework.

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

Maintenance and Servicing to Main Digital and Analogue CCTV systems, Mobile CCTV Van and Control Room

Lot No

3

two.2.2) Additional CPV code(s)

  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County Borough Council

two.2.4) Description of the procurement

Maintenance and Servicing to Main Digital and Analogue CCTV systems, Mobile CCTV Van and Control Room

This Lot will have a single provider who will be required to carry out the maintenance and servicing as per the tender specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via the framework via pre-established costs from the tender process.

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

Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments (not part of LOT 3)

Lot No

4

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services
  • 32235000 - Closed-circuit surveillance system
  • 32234000 - Closed-circuit television cameras
  • 32231000 - Closed-circuit television apparatus

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County Borough Council

two.2.4) Description of the procurement

Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments (not part of LOT 3)

This Lot will have a single provider who will be required to carry out the maintenance and servicing as per the tender specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via the framework via pre-established costs from the tender process.

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

Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required

Lot No

5

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County Borough Council

two.2.4) Description of the procurement

Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required.

This Lot will have a single provider who will be required to provide detailed specifications and recommendations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via the framework via pre-established costs from the tender process.

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

Purchase of Wireless CCTV Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Caerphilly County

two.2.4) Description of the procurement

The purchase of Redeployable Dome Cameras that are suitable for temporary, mobile or semi-permanent applications

(A)NPR and Redeployable CCTV cameras linked via 4G or WiFi

Various standard of camera (2mp / 4mp etc)

The list above is not exclusive or exhaustive and the council may require other goods or services related to Wireless CCTV Cameras. These shall be requested on an adhoc basis and additional purchases will be available via the framework via pre-established costs from the tender process or mini competition.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

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

The contract will be renewed before the end of the contract to ensure continuity of service

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Further options for additional purchases will available via the framework via pre-established costs from the tender process or mini competition.

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

Companies shall provide evidence of the relevant qualifications and experience of the key staff who would be available to service this requirement.

For the maintenance of the CCTV Control Room (LOT 3) companies must be qualified and certified to work on the Synetics software system.

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.2.2) Contract performance conditions

As detailed in the ITT

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 16

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

11 August 2021

Local time

12:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 August 2021

Local time

1:00pm

Place

Via E-Tender Portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The contract will be re-procured before the end of the current arrangement to ensure continuity of service.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As part of the process, the tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system. Therefore, companies are invited to follow the following directions to register on the system:

1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com

2. Click the Register Now button at the bottom of the window

3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.

4. Please make a note of the Organisation ID and User Name, then click Register

5. You will then receive an email from the system asking you to Click here to activate your account. This takes you to Enter Organisation Details.

6. Please enter the information requested, click Next and follow the instructions ensuring that you enter all applicable details.

7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.

8. Accept the Terms and Conditions and then click Next. This takes you in to the Welcome window.

9. In the Welcome window please enter your User Name (User ID) and password. You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.

10. Now click Done and you will enter the Supplier Home page.

11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button. Click the Requests from Buyers command in the Opportunities area. This will take you to the list of current opportunities available to you.

12. Click the Project ID that relates to this notice, this will take you into the Tender Request.

13. Note the closing date for completion of the relevant project. Please review the Items tab and the Documents tab as there will be information relating to the project held here.

14. You can now either Create a Response to, or Decline this opportunity.

This Framework Agreement is a non contractual arrangement whereby the Framework Provider(s) offers the supply of goods and/or services at an agreed price for the offer period subject to variations but a contractual relationship between the Framework Provider(s) and the Purchaser(s) does not become effective until the Purchaser(s) places an order with the Framework Provider (s) for the supply of goods and/or Services. This Framework Agreement will not be for any fixed quantity but only for such quantities as the Purchaser(s) may order from time to time

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=112297.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Caerphilly County Borough Council is committed to a performance and evidence-based approach to Social Value. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible targets against which performance (for the successful bidder) will be monitored.

All details are included as part of the tender pack as per Appendix 1

(WA Ref:112297)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice

London

WC2A 2LL

Telephone

+44 2079477501

Fax

+44 2079477501

Country

United Kingdom