Tender

CCTV Maintenance Contract

  • Scarborough Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-016474

Procurement identifier (OCID): ocds-h6vhtk-0346ff

Published 15 June 2022, 5:11pm



Section one: Contracting authority

one.1) Name and addresses

Scarborough Borough Council

Town Hall, St Nicholas Street

Scarborough , North Yorkshire

YO11 2HG

Contact

David Gomersall

Email

david.gomersall@scarborough.gov.uk

Telephone

+44 1723232344

Country

United Kingdom

NUTS code

UKE2 - North Yorkshire

National registration number

GB 168 4442 44

Internet address(es)

Main address

https://www.scarborough.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104120

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=48309&B=UK

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=48309&B=UK

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

CCTV Maintenance Contract

Reference number

Contract Reference: 54525

two.1.2) Main CPV code

  • 92222000 - Closed circuit television services

two.1.3) Type of contract

Services

two.1.4) Short description

SBC wishes to introduce a new maintenance contract for all its Public Space CCTV Surveillance Systems. The intention of this new contract is to provide an effective maintenance system, which will ensure that SBC receive a high-quality sustainable service over a long period, and also meet the requirements of the Data Commissioners CCTV Code of Practice (Quality Image Paragraphs 13 and 16b). This joined up approach will combine the existing and new CCTV system maintenance regimes into one comprehensive contract.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire

two.2.4) Description of the procurement

SBC wishes to introduce a new maintenance contract for all its Public Space CCTV Surveillance Systems. The intention of this new contract is to provide an effective maintenance system, which will ensure that SBC receive a high-quality sustainable service over a long period, and also meet the requirements of the Data Commissioners CCTV Code of Practice (Quality Image Paragraphs 13 and 16b). This joined up approach will combine the existing and new CCTV system maintenance regimes into one comprehensive contract.

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: £300,000

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

Duration in months

36

This contract is subject to renewal

No

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.2.14) Additional information

Documents and submission of your Tender to the Council must only be made electronically through the YORtender (Mercell) System at https://yortender.eu-supply.com/


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

19 July 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

19 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: July 2025

six.4) Procedures for review

six.4.1) Review body

Scarborough Borough Council

St Nicholas Street

Scarborough

YO112HG

Telephone

+44 1723232323

Country

United Kingdom

Internet address

https://www.scarborough.gov.uk/

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: In accordance with the Public Contracts Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to bidders.

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

Royal Courts of Justice, Strand

Country

United Kingdom