- Scope of the procurement
- Lot 2. Supply and installation of CCTV Equipment to Council owned Establishments
- Lot 1. Supply and installation of CCTV Equipment to Parks and Open Spaces
- Lot 3. Maintenance and Servicing to Main Digital and Analogue CCTV systems, Mobile CCTV Van and Control Room
- Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments (not part of LOT 3)
- Lot 5. Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required
- Lot 6. Purchase of Wireless CCTV Equipment
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
Telephone
+44 1443863060
Fax
+44 1443863167
Country
United Kingdom
NUTS code
UKL16 - Gwent Valleys
Internet address(es)
Main address
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